Upload
tranquynh
View
224
Download
7
Embed Size (px)
Citation preview
RFP | Volume I Page 1 of 126
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi VOLUME -1: Instruction to Bidders (ITB)
Tender Notice No: RSCCL/C4/RFP-58/2017/58
Issue Date: October 12, 2017
E-Procurement Reference: RSCCL/CCCC/2017/01
Ranchi Smart City Corporation Ltd. (RSCCL) Urban Development and Housing Department
Government of Jharkhand
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 2 of 126
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 3 of 126
Disclaimer
Ranchi Smart City Proposed (SCP) has been selected to implement the Area Based
Development (ABD) and Pan-City proposals by Government of India (GoI) under Smart City
Mission (SCM). Ranchi SCP proposes served smart solution in ADB and cross pan-city providing various Smart feature/infrastructure.
To implement Smart City projects in Ranchi, Ranchi Municipal Corporation and
Jharkhand Urban Development and Housing Department has formed a SPV called
Ranchi Smart City Development Ltd. (RSCCL).
The RSCCL has prepared this Request for Proposals (RFP) for the “Request for
Proposals for Selection of Master System Integrator for Implementation of Command
Control and Communication Centre for Ranchi City”. The RFP is a detailed document with
specifies terms and conditions on which the bidder is expected to work. These terms and
conditions are designed keeping in view the overall aim and objectives of the Command
Control and Communication Centre. RSCCL has taken due care in preparation of
information contained herein and believes it to be accurate. However, neither RSCCL or
any of its authorities or agencies nor any of their respective officers employees,
agents, or advisors gives any warranty or make any representations, express, or implied
as to the completeness or accuracy of the information contained in this document or any information which may be provided in association with it.
The information provided in this document is to assist the bidder(s) for preparing their
proposals. However this information is not intended to be exhaustive, and interested
parties are expected to make their own inquiries to supplement information in this
document. The information is provided on the basis that it is non–binding on RSCCL any of
its authorities or agencies, or any of their respective officers, employees, agents, or
advisors. Each bidder is advised to consider the RFP as per its understanding and capacity.
The bidders are also advised to do appropriate examination, enquiry and scrutiny of all
aspects mentioned in the RFP before bidding. Bidders are encouraged to take professional
help of experts on financial, legal, technical, taxation, and any other matters / sectors
appearing in the document or specified work. The bidders should go through the RFP in detail and bring to notice of RSCCL any kind of error, misprint, inaccuracy, or omission.
RSCCL reserves the right not to proceed with the project, to alter the timetable reflected
in this document, or to change the process or procedure to be applied. It also reserves
the right to decline to discuss the Project further with any party submitting a proposal.
No reimbursement of cost of any type will be paid to persons, entities, or
consortiums submitting a Proposal.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 4 of 126
Definitions/Acronyms
Terms Meaning
ABD Area Based Development
COTS Commercial Off-The-Shelf
CSP Cloud Service Provider
DC Data Centre
SDC State Data Centre
DMS Document Management System
DRC Disaster Recovery Centre
EMD Earnest Money Deposit
GIS Geographical Information System
IPF Information Processing Facility
ISO International Organization for Standardization
ITMS Intelligent Transport Management System
ITDP Institute for Transportation and Development Policy
RSCCL Ranchi Smart City Corporation Ltd.
ISWM Integrated Solid Waste Management
LOA Letter of Acceptance
SCP Smart City Proposal
MIS Management Information System
MSI Master System Integrator
NIT Notice Inviting Tender
SLA Service Level Agreement
SCM Smart City Mission
SPV Special Purpose Vehicle
TCV Total Contract Value
TDS Tax Deducted at Source
UAT User Acceptance Testing
VAT Value Added Tax
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 5 of 126
Table of Contents 1 Introduction ............................................................................................................................................ 8
1.1 About Ranchi Municipal Corporation ................................................................................... 8
1.2 About Ranchi Smart City Corporation Ltd. ....................................................................... 12
1.3 Project Background ................................................................................................................... 12
2 Instruction to Bidders ....................................................................................................................... 15
2.1 General Information and Guidelines ................................................................................... 15
2.1.1 RFP Format........................................................................................................................... 15
2.2 Purpose ........................................................................................................................................... 15
2.2.1 Consortium ........................................................................................................................... 15
2.2.2 Sub-Contracting .................................................................................................................. 16
2.2.3 Inclusion of MSMEs ........................................................................................................... 17
2.2.4 Completeness of Bid ......................................................................................................... 17
2.2.5 Bid Price ................................................................................................................................ 17
2.2.6 Proposal Preparation Costs ........................................................................................... 18
2.2.7 Amendment of RFP Document ..................................................................................... 18
2.2.8 Supplementary Information to the RFP .................................................................... 18
2.2.9 RSCCL’s Right to Terminate the Process ................................................................... 19
2.2.10 Site Visit and Verification of Information ................................................................. 19
2.2.11 Conflict of Interest ............................................................................................................. 19
2.2.12 Fraud and Corrupt Practices ......................................................................................... 20
Key Requirements of the Bid .......................................................................................................... 21
2.2.13 RFP Document/Tender Fee ........................................................................................... 21
2.3 Bid Submission Instructions .................................................................................................. 23
2.3.1 Bid Submission Format ................................................................................................... 23
2.3.2 Bid Submission Instructions .......................................................................................... 23
2.3.3 Late Bid and Bid Validity Period .................................................................................. 24
2.3.4 Modification and Withdrawal of Bids ........................................................................ 24
2.3.5 Non-conforming Bids ....................................................................................................... 25
2.3.6 Language of Bids ................................................................................................................ 25
2.3.7 Authentication of Bid........................................................................................................ 25
2.3.8 Disqualification ................................................................................................................... 25
2.3.9 Acceptance/Rejection of Bids ....................................................................................... 26
2.3.10 Acknowledgement of Understanding of Terms ..................................................... 26
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 6 of 126
2.3.11 Evaluation Process ............................................................................................................ 26
2.3.12 Confidentiality ..................................................................................................................... 27
2.3.13 Bid Opening .......................................................................................................................... 27
2.3.14 Evaluation of Pre-Qualification Proposals ............................................................... 28
2.3.15 Evaluation of Technical Proposal ................................................................................ 28
2.3.16 Financial Proposal Evaluation ...................................................................................... 29
2.3.17 Pre-Qualification Criteria ................................................................................................ 29
2.3.18 Technical Evaluation Criteria ........................................................................................ 33
2.3.19 Key Personnel ..................................................................................................................... 39
2.3.20 Replacement ........................................................................................................................ 40
2.3.21 Eligible Goods and Services, and OEM Criteria ...................................................... 41
2.3.22 Award of Contract .............................................................................................................. 42
2.3.23 Letter of Acceptance ......................................................................................................... 43
2.3.24 Signing of Contract ............................................................................................................ 43
2.3.25 Failure to Agree With the Terms & Conditions of the RFP / Contract .......... 43
2.3.26 RSCCL's Right to Accept any Bid and to Reject any or All Bids ........................ 43
2.3.27 Performance Bank Guarantee ....................................................................................... 43
2.3.28 Risk Purchase ...................................................................................................................... 44
2.3.29 Right to Vary Quantity ..................................................................................................... 44
2.3.30 Warranty & Maintenance ................................................................................................ 44
2.3.31 Change of Consortium Member .................................................................................... 45
2.3.32 Failure to agree with the Terms & Conditions of the RFP ................................. 45
Annexure 1 - Guidelines for Pre-Qualification Proposal ............................................................... 47
Annexure 1.1 - Check-list for the Pre-Qualification Proposal ................................................ 47
Annexure 1.2 - Pre-Qualification Cover Letter ............................................................................. 49
Annexure 1.3 - Format to share Bidder’s and Bidding Firms Particulars.......................... 51
Annexure 1.4 - Consortium Agreement .......................................................................................... 52
Annexure 2 – Guidelines for Technical Proposal ............................................................................. 54
Annexure 2.1 - Check-list for the Technical Proposal ............................................................... 54
Annexure 2.2 - Technical Bid Cover Letter .................................................................................... 57
Annexure 2.3 - Format for Project Citation ................................................................................... 59
Annexure 2.4 - Structure of Proposed Solution ........................................................................... 60
Annexure 2.5 – Format for CV of Key Personnel ......................................................................... 61
Annexure 2.6 – Format for Proposed Project Team................................................................... 63
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 7 of 126
Annexure 2.7 – Undertaking - Technical Support Arrangement with OEM...................... 66
Annexure 2.8 – Format for OEM Authorization ........................................................................... 67
Annexure 2.9 - Total Responsibility Declaration ........................................................................ 68
Annexure 2.10 – Project Plan .............................................................................................................. 69
Annexure 2.11 – Manpower Deployment Plan ............................................................................ 69
Annexure 3 – Guidelines for Financial Proposal .............................................................................. 71
Annexure 3.1 - Financial Proposal Cover Letter .......................................................................... 71
Annexure 3.2 - Financial Proposal Format & Instructions ...................................................... 73
Schedule A - Summary of Commercial Bid (CAPEX) .................................................................. 75
Schedule A1 - Command Control & Communication Centre Solution & Data Centre
Solution ........................................................................................................................................................ 76
Schedule A2 - Integrated Traffic Management System (ITMS) [Field Equipment]........ 87
Schedule A3 – Smart Parking Management System (SPMS) [Field Equipment] ............. 94
Schedule A4 – Environmental Management Solution [Field Equipment] ......................... 96
Schedule A5 – Public Wi-Fi (Field Equipment) ............................................................................ 98
Schedule A6 – Manpower cost ......................................................................................................... 100
Schedule A7 – Integration with Existing and Proposed Applications (but not limited
to) ................................................................................................................................................................ 102
Schedule B - Summary of Commercial Bid (OPEX) .................................................................. 104
Schedule B1 – Leased Circuit & Internet Bandwidth Cost .................................................... 105
Schedule B2 - Operation & Maintenance, AMC ......................................................................... 107
Schedule B3 – Manpower Cost ........................................................................................................ 109
Schedule B4 – Cloud DR Cost ........................................................................................................... 112
Schedule B5 – Miscellaneous Cost.................................................................................................. 113
Annexure 3.3 – Man-Month Rate for Resources Proposed for O & M Phase ................. 114
Annexure 4 - Format for Declaration by the bidder for not being Blacklisted / Debarred
.......................................................................................................................................................................... 115
Annexure 5 - Format of sending pre-bid queries ......................................................................... 115
Annexure 6 - Power of Attorney ......................................................................................................... 117
Annexure 7 - Declaration of Data Security ...................................................................................... 120
Annexure 8 – Format for Performance Bank Guarantee ........................................................... 121
Annexure 9 – Format for EMD / Proposal Security (Bank Guarantee) ................................ 124
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 8 of 126
1 Introduction
1.1 About Ranchi Municipal Corporation
Ranchi Municipal Corporation (RMC) was established on 15th September 1979 vide.
Government Notification No. 1406 by merging erstwhile Ranchi Municipality, Doranda
Municipality and Ranchi Doranda Joint Water Board. It is the second Municipal
Corporation of erstwhile Bihar and the first Corporation in the state of Jharkhand. With
55 administrative Wards, the corporation’s jurisdiction extends over an area of 175.12
sq. RMC is governed by the Jharkhand Municipal Act, 2011. The 74th Constitutional
Amendment Act (1992) has delegated the primary responsibility for urban management
to urban local bodies / Governments. Unfortunately, the devolution of powers to ULBs
has been very protracted. Like many other ULBs, there has been no real devolution of
powers and functions to the RMC. The main functions of the RMC as defined under Section
70 Jharkhand Municipal Act, 2011 are:
(A) Core Functions
i. Urban planning including town planning,
ii. Regulation of land-use including protection of public land from encroachment and
construction of buildings,
iii. Planning for economic and social development,
iv. Roads including footpath and road crossing facilities for pedestrians and bridges,
v. Water supply for domestic, industrial and commercial purposes,
vi. Public health, sanitation including storm water drains, conservancy and solid and
liquid waste management,
vii. Fire services,
viii. Urban forestry, protection of the environment, promotion of ecological aspects
and maintenance of environmental hygiene,
ix. Safeguarding the interests of weaker sections of society, including the
handicapped and mentally retarded,
x. Slum improvement and upgradation including providing basic facilities,
xi. Urban poverty alleviation,
xii. Provision and maintenance of urban amenities and facilities such as parks,
gardens, playgrounds, public markets, bathing and washing ghats, waiting sheds
for travellers,
xiii. Promotion of cultural, educational and aesthetic aspects,
xiv. Establishment and maintenance of burial and burning grounds, cremations,
cremation grounds and electric crematoriums,
xv. Cattle pounds, prevention of cruelty to animals,
xvi. Collection and updating of vital statistics including registration of births, deaths
and marriages, (xvii) Provision and maintenance of public amenities including
street lighting, parking spaces for vehicles, bus stops and public conveniences like
toilet facilities at public places,
xvii. Regulation of slaughter houses and tanneries and sale of meat, fish and other perishable food stuffs etc.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 9 of 126
(B) General Functions
i. Organising voluntary workers and promote community participation in all
development activities,
ii. Organise campaign for thrift,
iii. Awareness building against social evils like alcoholism, consumption of narcotics,
dowry and abuse of women and children,
iv. Organize legal awareness campaigns among weaker sections, campaign against
economic offences, adherence to civic duties, and promoting communal harmony,
v. Provision of public transport,
vi. Organise relief activities during natural calamities and maintain relief centres like
hospitals, dispensaries, asylums, rescue homes, maternity houses and child
welfare centres, etc.,
vii. Mobilising local resources in cash or in kind,
viii. Organise and promote resident welfare associations, neighbourhood groups and
committees, and self-help groups with focus on the poor,
ix. Disclosure and dissemination of information of public interest,
x. Maintenance of public properties,
xi. Issue of licences to dangerous and offensive trades and industries,
xii. Issue of licence to domestic pet animals and destruction of stray dogs,
xiii. Conservation and preservation of water bodies,
xiv. Conservation and preservation of places and buildings of historical and cultural
importance,
xv. Promoting energy efficiency and build awareness on climate change,
xvi. Promote introduction of Information Technology and e-Governance in the
working of the Municipality.
(C) Sector-wise functions:
i. Urban Planning including Town Planning
a) Planned development of new areas for human settlement, erection and
maintenance of boundary marks defining the limits or any alteration in the limits,
b) Measures for beautification of the municipal area by setting up fountains,
providing recreational areas, improving river banks, and landscaping,
c) Integration of the development plans and schemes of the municipal area with the
district or regional development plan,
d) Preparation and keeping upto date of appropriate maps, data and records of lands
within municipality and utility to which such lands are from time to time put;
ii. Environment and Social Forestry:
a) Organise campaign for environmental awareness,
b) Motivating local action for its upgradation, planting of trees, etc.,
c) Reclamation of waste lands, promotion of social forestry and maintenance of open
spaces,
d) Establishment and maintenance of nurseries, promotion of greenery;
iii. Small Scale Industries:
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 10 of 126
a) Promotion of handicrafts,
b) Formulate and implement self-employment schemes in industrial sector,
c) Implementation of the entrepreneur development programmes;
iv. Housing:
a) Identify the homeless, provision of house sites and houses, implementation of
shelter rejuvenation programmes,
b) Mobilise fund necessary for housing;
v. Education and Culture:
a) Run the pre-primary, primary, higher secondary and technical schools, vocational
training centres, and implement literacy programmes,
b) Promote civic education, adult education, social education and non formal
education,
c) Promotion of cultural activities including music, physical education, sports and
theatres and infrastructure therefor,
d) Advancement of science and technology in urban life,
e) Organization, establishment and maintenance of art galleries and botanical or
zoological collections, (f) Maintenance of municipal office, and of all public
monuments and places of historical, artistic and other importance,
f) Presentation of awards to persons of distinction, paying homage on death to
persons of repute,
g) Holding and regulation of fairs, festivals, industrial and health exhibitions;
vi. Public Works:
a) Construct and maintain the roads except National Highways, State Highways and
major District roads within the municipality, and buildings for institutions
including those transferred from Government.
vii. Public Health and Sanitation:
a) Run dispensaries, primary & public health centres and hospitals under all systems
of medicines, child welfare centres and mother care homes,
b) Organise remedial and other preventive measures against disease,
c) Implement family welfare programmes,
d) Organise mass inoculation campaigns for eradication of infectious diseases,
e) Reclamation of unhealthy localities, removal of noxious vegetation and abatement
of all nuisances, (f) Maintenance of all public tanks and regulating the re-
excavation, repair and up-keep of all tanks, wells and other sources of water-
supply and provision for unfiltered water-supply for non-domestic uses,
f) Public vaccination, prophylactic inoculations, vector control,
g) Maintenance of ambulance service,
h) Advancement of civic consciousness of public health and general welfare by
organizing discourses, seminars and conferences,
i) Prevention of food adulteration and control of eating-houses,
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 11 of 126
j) Effective implementation of national and state strategies and programmes for
prevention and control of diseases;
viii. Social Welfare:
a) Run anganwadis, and institutions for the welfare of handicapped, destitutes etc.,
b) Sanction and distribute pension to destitutes, widows, handicapped, distribute
unemployment wages, and implement Group Insurance Scheme to the poor,
c) Implementation of programmes for liberation and rehabilitation of scavengers
and their families, (d) Campaigns for dissemination of information, vital for public
welfare,
d) Securing or removal of dangerous buildings and places, obstructions and
projections in or upon streets, bridges and other public places;
ix. Eradication of poverty:
a) Develop skills and implement self-employment and group employment schemes
for the poor, especially for women,
b) Create community assets to get continuing benefit to the poor;
x. Development of the Scheduled Caste/Scheduled Tribe:
a) Implementation of beneficiary oriented schemes under Special Component Plan
(SCP) and Tribal Sub Plan (TSP) and provide basic facilities in the residential
centres and financial assistance for the Scheduled Caste/ Scheduled Tribe,
b) Run nursery schools, vocational training centres for the Scheduled
Caste/Scheduled Tribe;
xi. Public Distribution system:
a) Examine complaints against public distribution system and find out and
implement remedial measures,
b) Organise campaigns against offences relating to weights and measures,
c) General supervision of shops and other public distribution system and to provide
guidance;
xii. Natural Calamity relief:
a) Maintain relief centres and organise relief activities like provision to hospitals,
dispensaries, asylums, rescue homes, maternity houses, and child welfare centres, crematorium, burial ground etc.
The municipality may plan, build, operate, maintain or manage the infrastructure
required for the discharge of any of the functions, as aforesaid, either by itself, or through public-private partnership or by any agency under any concession agreement.
The basic duties performed by RMC are as follows:
i. Provision of sanitation facilities.
ii. Supply of water.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 12 of 126
iii. Construction of Roads, Drains, etc.
iv. Provision of Urban amenities and facilities such as parks, gardens, playgrounds,
markets, bus tempo stands, etc.
v. Administering Central and State Government Urban Poverty Alleviation (UPA)
Schemes. vi. Sanction of Building Plans
1.2 About Ranchi Smart City Corporation Ltd.
In line to the guidelines issued by Ministry of Urban Development (MoUD)/ Government
of India (GoI) Government of Jharkhand has created a Special Purpose Vehicle (SPV)
Ranchi Smart City Corporation Ltd (RSCCL) for implementing the Smart City mission at
the city level.
RSCCL will plan, appraise, approve, release funds, implement, manage, operate, monitor
and evaluate the Smart City development projects. RSCCL is headed by the CMD, a full
time CEO and have nominees of Central Government, State Government and ULB on its Board.
The key functions and responsibilities of RSCCL are to;
i. Approve and sanction the projects including their technical appraisal
ii. Take measures to comply with the requirements of MoUD with respect
to the implementation of the Smart Cities programme
iii. Undertake review of activities of the Mission including budget, implementation of
projects, etc. and co-ordination with other missions / schemes and activities of various ministries
1.3 Project Background
The Smart Cities Mission of Government of India is to promote cities that provide core
infrastructure and give a decent quality of life to its residents. The Smart City Challenge
required cities to develop a proposal for the development of city in two components, Area
based development (developing a specific area in the city) and Pan City initiative. As part
of Pan-City ICT based solution, one of the important project is Implementation of
Command Control and Communication Centre. The objective is to make Safe and Smart
City, to increase the capability of municipal governance, to improve the quality of city
transport service and the overall quality of life of Ranchi citizen.
A Smart City is an urban development vision to integrate multiple information and
communication technology (ICT) and Internet of Things (IoT) solutions in a secure
fashion to manage a city’s assets. The city’s assets include, but are not limited to, schools,
libraries, transportation systems, hospitals, power plants, water supply networks, waste
management, law enforcement, and other community services besides private
infrastructure.
With the aim of providing all citizen services on a single unified network, it is envisaged
to lead and facilitate cross-department collaboration to break operations run in silos in
the city of Ranchi. The methodology will bring together different city management
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 13 of 126
services, and will enable information exchange between resources and applications
across different domains. This will lead to consolidated investments in shared technology
infrastructure and a common data layer where multiple services like Smart Parking,
Intelligent Transport Management System, Smart Lighting, Intelligent City Surveillance
System etc. will be delivered. All of these services will then be delivered from a common
citywide foundational network and monitored from Command Control and
Communication Centre.
The Selected MSI shall ensure the successful implementation of the proposed “CCCC,
Smart DC, DR (on Cloud) and Pan City ICT Infrastructure including smart
features/sensors/elements” and provide capacity building support to city authorities as
per the scope of services described below. Any functionality not expressly stated in this
document but required to meet the needs of the RSCCL to ensure successful operations
of the system shall essentially be under the scope of the MSI and for that no extra charges
shall be admissible. MSI shall implement and deliver the systems and components which
are described in RFP documents. The MSI scope of work shall include but will not be
limited to the following broad areas with capabilities linked with Ranchi Police Command
& Control Centre.
a) Command Control & Communication Centre (C4) b) Smart DC (Data Centre) within C4 Building c) DR Site (hosted on third party /Cloud Service Provider site) d) Augmentation of City wide OFC Network and field networking components e) Smart Parking Management System f) Intelligent Traffic Management System
Adaptive Traffic Control System (ATCS) Automatic Number Plate Recognition (ANPR) System
Red Light Violation Detection (RLVD) System
Speed Violation Detection (SVD) System
Traffic Violation Cameras
Variable Message Sign boards
Public Address (PA)
Emergency Call Box (ECB) System
g) Environmental Monitoring Sensors
h) City Web Portal & Mobile App
i) Enterprise GIS Portal
j) City Wi-Fi Hotspots
k) Integration with existing and proposed system;
Video Surveillance System
Smart Lighting
ICT Enabled Solid Waste Management
Intelligent Transportation System
E-Challan System
Public Bike Sharing
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 14 of 126
Smart Water Supply System
Smart Education
Smart Health Management System
BRTS/MRTS and City Bus Services
l) Operation and Maintenance Phase
The MSI shall also be responsible for supply of IT solution for the management of
hardware and application software, networking, installation, Training, Maintenance and
operations of the solution for 5 year from the Go-Live date of implemented solutions for Ranchi in an efficient and effective manner.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 15 of 126
2 Instruction to Bidders
2.1 General Information and Guidelines
2.1.1 RFP Format
The Request for Proposal (RFP) consists of 3 (Three) Volumes viz.
1. RFP Volume I: Instruction to Bidders
2. RFP Volume II: Scope of Work 3. RFP Volume III: Master Service Agreement
2.2 Purpose
RSCCL seeks the services of a reputed IT company, for “Request for Proposals for Selection
of Master System Integrator for Implementation of Command Control and Communication
Centre for Ranchi City”. This document provides information to enable the bidders to
understand the broad requirements to submit their Proposals.
The detailed scope of work is provided in RFP Vol-II.
2.2.1 Consortium
i. The Bidder for participation in the Selection Process, may be a single entity or a
group of entities (the “Consortium”), coming together to execute the project. The
term 'Bidder' used herein would apply to both a single Entity and a Consortium.
ii. No Bidder or member of a Consortium (including shareholders of the Bidder or
each member of the Consortium) shall submit another Proposal under this RFP
either individually or as a member of another JV/Consortium. If any Bidder or
member of a Consortium (including shareholders of the Bidder or member of the
Consortium) submits or participates in more than one Proposal, then all such
Proposals with the Bidder's or Consortium member's participation shall be
rejected and the Bidder shall stand disqualified.
iii. No Member at any given point of time, may assign or delegate its rights, duties or
obligations under the Agreement/Contract except with prior written consent of
RSCCL.
iv. No bidder applying individually, or as a member of a Consortium, as the case may
be, can be member of another consortia bidding for the project.
v. In the event the Bidder is a Consortium, it shall, comply with the following
additional requirements:
a) Number of members in a consortium shall not exceed 4 (Four) including the Lead
Member or MSI;
b) Members of the Consortium shall nominate one member as the Lead Member
c) The Members of the Consortium shall be responsible for successful
implementation of the project throughout the terms of the contract.
d) The Lead Member shall be authorized and shall be fully responsible for the
accuracy and veracity of the representations and information submitted by the
Members respectively from time to time in the response to this RFP.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 16 of 126
e) Members of the Consortium shall submit a declaration as set out in Annexure 1.4
inter alia consisting of the following:
Commit to the scope of work, rights, obligations and liabilities to be held by
each member; specifically commit that the Lead Member shall be answerable
on behalf of other members for the performance of obligations under this
Agreement,
Undertake that each of the members of the Consortium shall have an definite
and clarity of scope of work which was allocated as per each member’s field of
expertise
Provide a brief description of the roles and responsibilities of individual
members; and clearly define the proposed administrative arrangements
(organization chart) for the management and execution.
Commit to the profit and loss sharing ratio of each member
Include a statement to the effect that all the members of the Consortium shall
be jointly and severally liable for all obligations in relation to the
Agreement/Contract until the completion of the project in accordance with the
Agreement/Contract;
Undertake that all Members shall comply with all lock-in requirements set
forth in the RFP.
f) The technical and commercial capacity and Net Worth of the Members shall satisfy
the conditions of eligibility as prescribed in this RFP;
g) Any change of a Consortium Member other than the Lead Member can be done
only under extreme circumstances such as non-performance of the Consortium
member, insolvency or bankruptcy of the Consortium member, which shall be
done only with the prior written approval of RSCCL. Provided that in the event of
any such approved change of Consortium member, the new member (company)
replacing outgoing Consortium member shall have same or higher financial,
technical and legal qualifications as the outgoing member, and to the satisfaction
of RSCCL. In the event RSCCL does not grant approval for the change of the
Consortium member other than the Lead Member or suitably qualified
replacement member (companies) are not available/ found, the exit of such
Consortium member shall constitute a breach of the Contract.
h) All members of the consortium are required to follow the highest level of work
ethics, if any member of the consortium has a Conflict of Interest or indulges in
Prohibited Practices; the whole Consortium is liable to be disqualified. Further, in
the event any entity has been barred by the Central Government, any State
Government, a statutory authority or a public sector undertaking, as the case may
be, from participating in any project or bid, and the bar subsists as on the date of
Last Date of Submission, it would not be eligible to submit a Proposal either by
itself or as part of a Consortium
2.2.2 Sub-Contracting
The bidder would not be allowed to sub-contract work, except for the following:
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 17 of 126
Cabling and fixtures work, and all electrical & civil work (if any) during
implementation
Non- Technical Facility Management Staff at Command Control & Communications
Centre.
The MSI/Consortium Partners may subcontract/outsource the OEM services like system
configurations, commissioning, product servicing and upgradation support during O&M
period from OEMs only.
Sub-contracting shall be allowed only with prior written approval of RSCCL. However,
even if the work is sub-contracted, the sole responsibility of the work shall lie with the
MSI. RSCCL will have rights to reject the proposed sub-contracting agency without giving
any reason.
The MSI shall be held responsible for any delay/error/non-compliance etc. of its sub-
contracted vendor. The details of the sub-contracting agreements (if any) between both the parties would be required to be submitted to RSCCL.
2.2.3 Inclusion of MSMEs
Bidders are encouraged to include Micro, Small and Medium Enterprises (MSMEs) in
the delivery of the project. Bidders may earmark a minimum of 20 % of the total
contract for procuring goods and services from MSEs. Activities that can be sub-
contracted to MSME/MSE partners are restricted to those defined under Sub-
Contracting Clause 2.2.2 above.
2.2.4 Completeness of Bid
The Bid should be complete in all respects. Failure to furnish all information required by
the RFP document or submission of a proposal not substantially responsive to the RFP
document in every respect will be at the Bidder's risk and may result in rejection of its
Bid and forfeiture of the EMD.
2.2.5 Bid Price
i. Commercial Bid shall be as per the format provided in Annexure 3. Bidders shall
give the required details of all applicable taxes, duties, other levies and charges
etc. in respect of direct transaction between RSCCL and the Bidder.
ii. Bidders shall quote for the entire scope of contract on a “overall responsibility”
basis such that the total bid price covers Bidder’s all obligations mentioned in or
to be reasonably inferred from the bidding documents in respect of providing the
product/services.
iii. Prices quoted by the Bidder shall remain firm during the entire contract period
and not subject to variation on any account. A bid submitted with an adjustable
price quotation shall be treated as non-responsive and rejected.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 18 of 126
2.2.6 Proposal Preparation Costs
iv. The bidder shall submit the bid at its cost and expense. RSCCL shall not be held
responsible for any cost incurred by the bidder. Submission of a bid does not
entitle the bidder to claim any cost and rights over RSCCL and RSCCL shall be at
liberty to cancel any or all bids without giving any notice.
v. All materials submitted by the bidder shall be the absolute property of RSCCL and
no copyright etc. shall be entertained by RSCCL.
2.2.7 Amendment of RFP Document
All the amendments made in the document would be published on the e-Tendering Portal and shall be part of RFP.
The Bidders are advised to visit the e-tendering portal on regular basis to check for
necessary updates. RSCCL also reserves the right to amend the dates mentioned in this
RFP.
In order to allow prospective bidders a reasonable time to take the amendment into account in preparing their bids, RSCCL, at its discretion, may extend the deadline for submission of bids. Such extensions shall be uploaded on website of the RSCCL.
2.2.8 Supplementary Information to the RFP
If RSCCL deems it appropriate to revise any part of this RFP or to issue additional data to
clarify an interpretation of provisions of this RFP, it may issue supplements to this RFP.
Any such corrigendum/addendum shall be deemed to be incorporated by this reference into this RFP.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 19 of 126
2.2.9 RSCCL’s Right to Terminate the Process
RSCCL may terminate the RFP process at any time and without assigning any reason.
RSCCL reserves the right to amend/edit/add/delete any clause of this RFP Document.
This will be informed to all and will become part of the RFP and information for the same
would be published on the e-Tendering portal.
2.2.10 Site Visit and Verification of Information
i The Bidder are encourage to visit and examine the site or sites and obtain for itself,
at its own responsibility and risk, all information that may be necessary for
submission of the bid and entering into the Contract. The costs of visiting the site
or sites shall be at the Bidder’s own expense.
ii RSCCL will arrange for the Bidder and any of its personnel or agents to gain access
to the relevant site or sites, provided that the Bidder gives RSCCL adequate notice
of not less than 5 (Five) days prior to such proposed visit.
iii No request for site visits shall be entertained and any visit arranged or scheduled
a week before the deadline for the submission of the Bids and prior to the award of Contract.
2.2.11 Conflict of Interest
The Bidder is required to provide professional, objective, and impartial advice, at all
times holding the RSCCL’s interests paramount, strictly avoiding conflicts with other
assignments or its own corporate interests, and acting without any consideration for
future work.
The Bidder has an obligation to disclose to the RSCCL any situation of actual or potential
conflict that impacts its capacity to serve the best interest of its RSCCL. Failure to disclose
such situations may lead to the disqualification of the Bidder or the termination of its Contract.
In the event of disqualification, RSCCL shall forfeit and appropriate the EMD, if available, with respect to pre-estimated compensation and damages payable to RSCCL for, inter alia, the time, cost and effort of RSCCL including consideration of such Bidder’s Bid, without prejudice to any other right or remedy that may be available to RSCCL hereunder or otherwise.
Conflict between consulting activities: a firm that has been engaged by the RSCCL to
provide goods, works, or non-consulting services for a project, or any of its Affiliates, shall
be disqualified from providing consulting services resulting from or directly related to
those goods, works, or non-consulting services. Conversely, a firm hired to provide
consulting services for the preparation or implementation of a project, or any of its
Affiliates, shall be disqualified from subsequently providing goods or works or non-
consulting services resulting from or directly related to the consulting services for such preparation or implementation
Conflict among consulting assignments: a Bidder (including its Experts and Sub-Bidders)
or any of its Affiliates shall not be hired for any assignment that, by its nature, may be in conflict with another assignment of the Bidder for the same or for another RSCCL
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 20 of 126
Relationship with the RSCCL’s staff: a Bidder (including its Experts and Sub-Bidders) that
has a close business or family relationship with a professional staff of the RSCCL (or of
the RSCCL, or of implementing agency, or of a recipient of a part of the Bank’s financing)
who are directly or indirectly involved in any part of (i) the preparation of the Terms of
Reference for the assignment, (ii) the selection process for the Contract, or (iii) the
supervision of the Contract, may not be awarded a Contract, unless the conflict stemming
from this relationship has been resolved
2.2.12 Fraud and Corrupt Practices
a. The Bidders and their respective officers, employees, agents and advisers shall
observe the highest standard of ethics during the Selection Process.
Notwithstanding anything to the contrary contained in this RFP, RSCCL shall reject
a Bid without being liable in any manner whatsoever to the Bidder, if it determines
that the Bidder has, directly or indirectly or through an agent, engaged in corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive
practice (collectively the “Prohibited Practices”) in the Selection Process. In such
an event, RSCCL shall, without prejudice to its any other rights or remedies, forfeit
and appropriate the EMD or PBG, as the case may be, with respect to pre-estimated
compensation and damages payable to RSCCL for, inter alia, time, cost and effort
of RSCCL, in regard to the RFP, including consideration and evaluation of such
Bidder’s Bid.
b. Without prejudice to the rights of RSCCL under Clause above and the rights and
remedies which RSCCL may have under the LOI or the Agreement, if a Bidder is
found by RSCCL to have directly or indirectly or through an agent, engaged or
indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice during the Selection Process, or after
the issue of the LOI or the execution of the Agreement, such Bidder shall not be
eligible to participate in any tender or RFP issued by RSCCL during a period of 3
years from the date such Bidder is found by RSCCL to have directly or through an
agent, engaged or indulged in any Prohibited Practices.
c. For the purposes of this Section, the following terms shall have the meaning
hereinafter respectively assigned to them:
i. “corrupt practice” means (1) the offering, giving, receiving, or soliciting,
directly or indirectly, of anything of value to influence the action of any
person connected with the Selection Process (for avoidance of doubt,
offering of employment to or employing or engaging in any manner
whatsoever, directly or indirectly, any official of RSCCL who is or has been
associated in any manner, directly or indirectly with the Selection Process or
the LOI or has dealt with matters concerning the Agreement or arising there
from, before or after the execution thereof, at any time prior to the expiry of
one year from the date such official resigns or retires from or otherwise
ceases to be in the service of RSCCL, shall be deemed to constitute influencing
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 21 of 126
the actions of a person connected with the Selection Process); or (2) save as
provided herein, engaging in any manner whatsoever, whether during the
Selection Process or after the issue of the LOA or after the execution of the
Agreement, as the case may be, any person in respect of any matter relating
to the Project or the Award or the Agreement, who at any time has been or is
a legal, financial or technical consultant/adviser of RSCCL in relation to any
matter concerning the Project;
ii. “fraudulent practice” means a misrepresentation or omission of facts or
disclosure of incomplete facts, in order to influence the Selection Process;
iii. “coercive practice” means impairing or harming or threatening to impair or
harm, directly or indirectly, any persons or property to influence any
person’s participation or action in the Selection Process;
iv. “undesirable practice” means (i) establishing contact with any person
connected with or employed or engaged by RSCCL with the objective of
canvassing, lobbying or in any manner influencing or attempting to influence
the Selection Process; or (ii) having a Conflict of Interest; and
v. “restrictive practice” means forming a cartel or arriving at any
understanding or arrangement among Bidders with the objective of
restricting or manipulating a full and fair competition in the Selection
Process.
Key Requirements of the Bid
2.2.13 RFP Document/Tender Fee
RFP can be downloaded from the website 36Thttp://Jharkhandtenders.gov.in 36T . However, the
bids of only those Applicant shall be considered for evaluation who will submit the Demand
Draft of Rs 25,000/- (Rs Twenty five thousand only) issued by any nationalized / scheduled
commercial bank in favour of Ranchi Smart City Corporation Limited payable at Ranchi,
without which bids will not be accepted. The Demand Draft against RFP Fee of Rs 25,000/-
(Rs. Twenty Five thousand only) is to be submitted in hard copy by applicant on any working
day during official hours.
Earnest Money Deposit (EMD)
1. In terms of this RFP, a Bidder is required submit EMD of ₹ 1.7 Crores in the form
of DD / FDR / BG issued by any nationalized / scheduled commercial bank in
favour of Ranchi Smart City Corporation Limited payable at Ranchi.
2. The Unsuccessful Bidder’s EMD will be returned within 90 days from the date of
opening of the financial proposal. The Bid Security, for the amount mentioned
above, of the successful bidder would be returned after 30 days upon submission
of Performance Bank Guarantee for an amount equal to 10 % of Total Contract
Value in the format provided in Annexure 8 of the RFP.
3. No interest will be paid by RSCCL on the EMD amount and EMD will be refunded
to the all Bidders (including the successful bidders) without any accrued interest
on it
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 22 of 126
4. The Bid submitted without EMD, mentioned above, will be summarily rejected
5. The EMD may be forfeited:
a. If a Bidder withdraws his bid or increases his quoted prices during the
period of bid validity or its extended period, if any.
b. In case of a successful bidders, if the Bidder fails to sign the contract
in accordance with the terms and conditions.
c. If during the bid process, a bidder indulges in any such deliberate act as
would jeopardise or unnecessarily delay the process of bid evaluation and
finalisation.
d. If, during the bid process, any information is found false/fraudulent/mala
fide, and then RSCCL shall reject the bid and, if necessary, initiate action.
6. The decision of RSCCL regarding forfeiture of the EMD shall be final and binding
upon bidders.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 23 of 126
2.3 Bid Submission Instructions
2.3.1 Bid Submission Format
The entire Bid shall be submitted strictly as per the format specified in this RFP. Bids with any deviation from the prescribed format are liable for rejection.
2.3.2 Bid Submission Instructions
1. Complete bidding process will be online (e-Tendering) in four covers system.
Submission of bids shall be in accordance to the instructions given in the Table
below:
Particulars Instructions
Cover 1 Proof of submission of RFP Document Fee and Scanned copy of EMD
Cover 2: Pre-Qualification Proposal
The Pre-Qualification Proposal shall be prepared in accordance with the requirements specified in this RFP and the formats are prescribed in Annexure 1 of the RFP Pre-Qualification Proposal should be submitted through online bid submission process and also in Hard Copy as per mentioned in the NIT.
Cover 3: Technical Proposal
The Technical Proposal shall be prepared in accordance with the requirements specified in this RFP and the formats are prescribed in in Annexure 2 of the RFP Technical Proposal should be submitted through online bid submission process and also in Hard Copy as per mentioned in the NIT.
Cover 4: Financial Proposal
The Financial Proposal shall be prepared in accordance with the requirements specified in this RFP and in the formats prescribed in Annexure 3 of the RFP. Financial Proposal should be submitted through online bid submission process only.
Note: RSCCL will conduct the bid evaluation based on documents submitted through online e-tendering portal.
2. The following points shall be kept in mind for submission of bids;
a. RSCCL shall not accept delivery of Bids in any manner other than that
specified in this RFP. Bid delivered in any other manner shall be treated as
defective, invalid and rejected.
b. The Bidder is expected to price all the items and services sought in the RFP
and proposed in the technical proposal. The Bid should be comprehensive
and inclusive of all the services to be provided by the Bidder as per the
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 24 of 126
scope of work and in accordance with the terms and conditions as set out
in the Contract.
c. RSCCL may seek clarifications from the Bidder on the technical proposal.
Any of the clarifications by the Bidder on the technical proposal should not
have any commercial implications. The Financial Proposal submitted by
the Bidder should be inclusive of all the items in the technical proposal and
should incorporate all the clarifications provided by the Bidder on the
technical proposal during the evaluation of the technical offer.
d. Technical Proposal shall not contain any financial information.
e. If any Bidder does not qualify the pre-qualification criteria stated in Section
2.3.11 of this RFP, the technical and financial proposals of the Bidder shall
not be opened in the e- Tendering system. Similarly, if the Bidder does not
meet the technical evaluation criteria, the financial proposal of the Bidder
shall be unopened in the e-Tendering system.
f. It is required that the all the proposals submitted in response to this RFP
should be unconditional in all respects, failing which RSCCL reserves the
right to reject the proposal.
2.3.3 Late Bid and Bid Validity Period
Bids received after the due date and the specified time (including the extended period if
any) for any reason whatsoever, shall not be entertained and shall not be opened in the
e- Tendering system. The validity of the bids submitted before deadline shall be till 180 days from the date of submission of the bid.
Late submission will not be entertained and will not be permitted by the e-Procurement Portal.
The bids submitted by telex/telegram/fax/e-mail etc. shall not be considered. No
correspondence will be entertained on this matter.
Authority shall not be responsible for any non-receipt/non-delivery of the documents
due to technical snag whatsoever at Bidder’s end. No further correspondence on the
subject will be entertained.
Authority reserves the right to modify and amend any of the above-stipulated condition/criterion.
2.3.4 Modification and Withdrawal of Bids
No bid shall be withdrawn in the interval between the deadline for submission of bids
and the expiration of the validity period specified by the Bidder on the bid form. Entire
EMD shall be forfeited if any of the Bidders withdraw their bid during the validity period.
Any Bids withdrawn shall not be opened and processed further.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 25 of 126
2.3.5 Non-conforming Bids
A Bid may be construed as a non-conforming proposal and ineligible for consideration:
a) If it does not comply with the requirements of this RFP
b) If the Bid does not follow the format requested in this RFP or does not appear to
address the particular requirements of RSCCL
2.3.6 Language of Bids
The Bids should be submitted in English language only. If any supporting documents
submitted are in any language other than English, then the translation of the same in
English language is to be duly attested by the bidder and summited with the bid, and
English translation shall be validated at RSCCL’s discretion.
2.3.7 Authentication of Bid
Authorized person of the bidder who signs the bid shall obtain the authority letter from
the bidder, which shall be submitted with the Bid. All pages of the bid and its annexures,
etc. shall be signed and stamped by the person or persons signing the bid.
The Bidder should submit a Power of Attorney as per the format set forth in Annexure 6,
authorising the signatory of the Bid to commit the Bidder. In case the Bidder is a
Consortium, the Members thereof should furnish a Power of Attorney in favour of the Lead Member as per the format set forth in Annexure 6.
2.3.8 Disqualification
The bid is liable to be disqualified in the following cases or in case bidder fails to meet
the bidding requirements as indicated in this RFP:
a. During validity of the bid, or its extended period, if any, the bidder changes its
quoted prices
b. The bidder’s bid is conditional and has deviations from the terms and conditions of RFP
c. Bid is received in incomplete form
d. Bid is not accompanied by all the requisite tender fees, EMD and documents
e. Information submitted in technical bid is found to be misrepresented, incorrect or
false, accidentally, unwittingly or otherwise, at any time during the processing of
the contract (no matter at what stage) or during the tenure of the contract
including the extension period if any
f. Financial bid is enclosed with the same document as technical bid.
g. Bidder tries to influence the bid evaluation process by
unlawful/corrupt/fraudulent means at any point of time during the bid
process
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 26 of 126
h. In case any one party submits multiple bids or if common interests are found in
two or more bidders, the bidders are likely to be disqualified, unless additional
bids/bidders are withdrawn upon notice immediately
i. If any of the Lead Bidder is also partner in any other bid, then all the affected
bids shall be disqualified
2.3.9 Acceptance/Rejection of Bids
a. Authority reserves the right to reject in full or part, any or all bids without
assigning any reason thereof. Authority reserves the right to assess the Bidder’s
capabilities and capacity. The decision of Authority shall be final and binding.
b. Bid should be free of over writing. All erasures, correction or addition must be
clearly written both in words and figures and attested.
Authority reserves the right to reject the Bid and forfeit the EMD.
2.3.10 Acknowledgement of Understanding of Terms
By submitting a Bid, each Bidder shall be deemed to acknowledge that he has carefully
read all sections of this RFP, including all forms, schedules, annexure, corrigendum and
addendums (if any) hereto, and has fully informed itself as to all existing conditions and
limitations.
2.3.11 Evaluation Process
a) RSCCL will constitute a Bid Evaluation Committee (BEC) to evaluate the responses
of the bidders
b) The BEC constituted by RSCCL shall evaluate the responses to the RFP (Cover 1,
Cover 2, Cover 3 and Cover 4) and all supporting documents / documentary
evidence. Inability to submit requisite supporting documents / documentary
evidence, may lead to rejection.
c) The decision of the BEC in the evaluation of responses to the RFP shall be final. No
correspondence shall be entertained outside the process of negotiation/
discussion with the Committee.
d) The BEC may ask for meetings with the Bidders to seek clarifications on their
proposals and may visit Bidder’s client site to validate the credentials/ citations
claimed by the bidder.
e) The BEC reserves the right to reject any or all proposals on the basis of any
deviations.
f) Each of the responses shall be evaluated as per the criterions and requirements
specified in this RFP.
g) Please note that BEC may seek inputs from their professional, external experts in
the Bid evaluation process.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 27 of 126
2.3.12 Confidentiality
All the material/information shared with the Bidder during the course of this
procurement process as well as the subsequent resulting engagement following
this process with the successful bidder, shall be treated as confidential and should
not be disclosed in any manner to any unauthorized person under any
circumstances. The employees of the successful Lead bidder and Consortium
members who are proposed to be deployed on the project need to furnish a Non-Disclosure Agreement (NDA).
2.3.13 Bid Opening
a) Total transparency shall be observed and ensured while opening the Bids. All Bids
shall be opened in the presence of Bidder’s representatives who choose to attend
the Bid opening sessions on the specified date, time and address.
b) RSCCL reserves the rights at all times to postpone or cancel a scheduled Bid
opening.
c) Bid opening shall be conducted in 2 (Two) Stages;
i Stage 1 - RFP Document fee & Bid Security/EMD, Pre-Qualification
Proposal and Technical Proposal
ii Stage 2 - Financial Proposal
d) The venue, date and time for opening the Pre-qualification Proposal are
mentioned in the Tender Notice in the RFP Volume I. The date and time for
opening the Financial Proposals would be communicated to the qualified bidders.
e) The Financial Proposals of only those bidders will be opened who scores equal to
or more than 70 (Seventy) marks in Technical Evaluation.
f) The Bidder’s representatives who are present shall sign a register evidencing their
attendance. In the event of the specified date of Bid opening being declared a
holiday for RSCCL, the bids shall be opened at the same time and location on the
next working day. In addition to that, if there representative of the Bidder remains
absent, RSCCL will continue process and open the bids of the all bidders
g) During Bid opening, preliminary scrutiny of the Bid documents shall be made to
determine whether they are complete, whether required EMD has been furnished,
whether the Documents have been properly signed, and whether the bids are
generally in order. Bids not conforming to such preliminary requirements shall be
prima facie rejected. RSCCL has the right to reject the bid after due diligence is
done.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 28 of 126
2.3.14 Evaluation of Pre-Qualification Proposals
Authority shall open Cover 1 marked “RFP Document Fee and Earnest Money Deposit
(EMD)”. If the contents of the Cover 1 are as per requirements of the RFP, RSCCL shall
open Cover 2 marked “Pre-Qualification Proposal”. Each of the Pre-Qualification
condition mentioned in <Section 2.3.17> of the RFP is MANDATORY. In case the Bidder does not meet any one of the conditions, the bidder will be disqualified.
The Pre-Qualification proposal MUST contain all the documents in compliance with instructions given in the Annexure 1
Response to the Pre-Qualification Requirements shall be evaluated in accordance with
the requirements specified in this RFP and in the manner prescribed in Section 2.3.14 of
the RFP.
2.3.15 Evaluation of Technical Proposal
The evaluation of the Technical Proposals will be carried out in the following manner:
a) Authority will review the technical bids of the short-listed bidders to determine
whether the technical proposals are substantially responsive. Bids that are not
substantially responsive are liable to be disqualified at RSCCL’s discretion.
b) Bidders' technical solutions proposed in the bid document will be evaluated as per
the requirements and guidelines specified in the Annexure 2 and technical
evaluation criteria as mentioned in Section 2.3.18 of the RFP.
c) Bidders shall make the technical presentation of the proposal to Authority as per
the agenda mentioned in Section 2.3.18 of the RFP.
d) Each Technical Proposal shall be assigned a technical score out of a maximum of
100 points. (Refer Section 2.3.18 of the RFP). In order to qualify for the opening of
financial proposal, the Bidder must get a minimum overall technical score of 70
(Seventy).
e) The Bidders are required to submit all required documentation in support of the
evaluation criteria specified (e.g. Detailed Project citations and completion
certificates, client contact information for verification, and all others components)
as required for technical evaluation.
f) At any time during the Bid evaluation process, BEC may seek oral / written
clarifications from the Bidders. The Committee may seek inputs from their
professional and technical experts in the evaluation process.
g) Authority reserves the right to do a reference check of the past experience stated
by the Bidder. Any feedback received during the reference check shall be taken
into account during the technical evaluation process.
h) The Financial Proposals of Bidders who do not qualify technically shall be kept
unopened in the e-Tendering system.
i) RSCCL reserve the right to accept or reject any or all bids without giving any
reasons thereof.
j) RSCCL shall inform to the technically shortlisted Bidders about the date and venue of the opening of the financial proposals.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 29 of 126
2.3.16 Financial Proposal Evaluation
a) All the technically qualified bidders will be notified to participate in Financial
Proposal opening process.
b) Financial Proposals for the technically qualified bidders will then be opened on
the notified date and time and reviewed to determine whether the financial
proposals are substantially responsive. Bids that are not substantially responsive
are liable to be disqualified at RSCCL’s discretion.
c) Financial Proposals that are not meeting the condition mentioned in <Annexure
3.2> shall be liable for rejection.
d) Total Cost of Bid (TCB) shall be calculated based on the financial format given in
<Annexure 3.2> of the RFP Volume I.
e) Authority will correct arithmetical errors during evaluation of Price Proposals on
the following basis:
i. if there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the Purchaser there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected;
ii. if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and
iii. if there is a discrepancy between words and figures, the amount in words shall prevail. However, where the amount expressed in words is related to an arithmetic error, the amount in figures shall prevail subject to (i) and (ii) above.
iv. if there is a discrepancy between percentage and figures related to various taxes or levies, the percentage shall prevail over figure mentioned. However, where the amount expressed in percentage is related to an arithmetic error, the amount in figures shall prevail subject to (i) and (ii) above. It should also be noted that at time of payment against, the prevailing tax/levy rates will be used as on the date of approval of payment.
Except as provided in sub-clauses (i) to (iv) herein above, the Authority shall reject the Price Proposal if the same contains any other computational or arithmetic discrepancy or error.
f) During the bid evaluation, Authority may, at its discretion, ask the Bidder for any
clarification(s) of its bid. The request for clarification and the response shall be in
writing, and no change in the price or substance of the bid shall be sought, offered,
or permitted.
2.3.17 Pre-Qualification Criteria
The proposal failing to meet all of the below pre-qualification eligibility criteria shall be disqualified and will not be considered for technical evaluation process.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 30 of 126
# Basic Requirement
Specific Requirements Documents Required
PQ 1 Legal Entity The Sole Bidder or Consortium Maximum 4 companies are
allowed in a consortium including Lead Member
Lead Member should be registered in India under Companies Act 1956/2013 or as amended and should have been in operation for at least 5 years as on date of submission of the bid
Other consortium members either should be registered in India under Companies Act 1956/2013 or as amended OR Registered Abroad under corresponding Act
Copy of Certificate of Incorporation / Registration under Companies Act, 1956/2013 or corresponding Act abroad Consortium agreement clearly stating the roles and responsibilities of each member
PQ 2 Turnover The average annual Turnover in Indian Rupees for last 3 audited financial years (2014-15, 2015-16, 2016-17) from the business area of ICT Infrastructure / IT System Integration Services. For Sole Bidder or Lead Member of consortium – Rs. 200 Cr For Consortium members – Rs. 20 Cr
Certificate from the Statutory Auditor on turnover details from the “business areas” over the last 3 (Three) financial years 2014-15, 2015-16, 2016-17
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 31 of 126
PQ 3 Net Worth The Sole Bidder or the Lead Member of consortium should have positive net worth as per the audited consolidated financial statements in each of the last 3 (Three) financial years 2014-15, 2015-16, 2016-17
Certificate from the Statutory Auditor on net worth.
PQ 4 Project Experience
The Sole Bidder or Lead Member or any member of its consortium should have fully completed (Implementation as well as Maintenance) OR completed the implementation i.e. Go-Live of all modules as per the SoW and realized at least 50 % of CAPEX cost/Fee as per Contract Agreement of 1 (One) project as a System Integrator of the implementation & maintenance of Command Control and Communication Centre (Comprising of Command Centre Application, Management Dashboard, Video Wall, Operation Room and Helpdesk Centre) OR Intelligent Traffic Management System (ITMS). Project for any Central Government/ State Government/PSU/ ULB/Govt. Boards/Defence/Metro in India with project cost not less than INR 20 Cr in last 3 (Three) financial years (FY 2014-15, 2015-16, 2016-17)
Project Case study + Copy of work order and contract + Completion certificate / Phase Completion Certificate from client/Statutory auditor of the bidder(s) (50 % payment received from the client on CAPEX)
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 32 of 126
PQ 5 Blacklisting As on date of submission of the proposal, the Sole Bidder or the Lead Member and each members of the consortium member, in case of a Consortium, should not have blacklisted by Central/State Government/ PSU entity in India or similar agencies globally for unsatisfactory past performance, corrupt, fraudulent or any other unethical business practices.
Undertaking by the authorized signatory as per the format given as <Annexure 4>
PQ 6 Certifications The Sole Bidder or any member of consortium should possess the following Certifications which are valid at the time of bid submission: • ISO 20000:2011 for IT Service Management • ISO/IEC 27001:2013 for Information Security Management System
Valid Copy of certificates on the name of the Sole Bidder or Lead Member in case of consortium
PQ 7 Local Presence The Sole Bidder or the Lead Member of consortium, in case of a Consortium, should have office in the State of Jharkhand or should furnish an undertaking that the same would be established within 60 days of signing the contract, if project is awarded.
List and address of offices in Jharkhand with GST Registration OR Undertaking from authorized signatory to open the local office with GST Registration. Within 60 days of signing the contract, if project is awarded
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 33 of 126
2.3.18 Technical Evaluation Criteria
# Technical Evaluation Criteria Points
TQ 1.0 Company’s Financial Profile 10
TQ 1.1 The Sole Bidder or Lead Member in case of Consortium should have average annual turnover* of minimum Rs. 200 Cr for the last 3 financial years (2014-15, 2015-16, 2016-17) from the business area of ICT Infrastructure / IT System Integration Services. (*Turnover of any parent, subsidiary, associated or other r e l a t e d entity will not be considered.) Points shall be awarded as per below:
Turn Over Points Turn Over Points 240–280 Cr. 1 481-520 Cr. 7 281-320 Cr. 2 521-560 Cr. 8 321-360 Cr. 3 561-600 Cr. 9 361-400 Cr. 4 601 Cr. &
above 10
401-440 Cr. 5 441-480 Cr. 6
TQ 2.0 CMMi Level Certification (Sole Bidder or any member of the consortium)
5
TQ 2.1 CMMi Level 3 3
TQ 2.2 CMMi Level 5 5
TQ 3.0 Relevant Experience 45
TQ 3.1 The Sole Bidder or any member of the consortium should have fully completed (Implementation as well as Maintenance) OR completed the implementation i.e. Go-Live of all modules as per the SoW and realized at least 50 % of CAPEX cost/Fee as per Contract Agreement of Command Control and Communication Centre (Comprising of Command Centre Application, Management Dashboard, Video Wall, Operation Room and Helpdesk Centre) Project as a System Integrator for any Central Government/ State Government/PSU/ Urban Local Bodies/Defence/ Govt. Boards/Metro Rail Corporations in India or Globally* with project cost not less than INR 20 Cr (in case of projects in India) or INR 50 Cr (in case of projects done Globally, the currency conversion rate on the date of technical bid opening shall be considered) in last 3 (Three) financial years (FY 2014-15, 2015-16, 2016-17). (For each project 5 points would be awarded, maximum 5 projects would be considered for evaluation)
25
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 34 of 126
TQ 3.2 The Sole Bidder or any member of the consortium should have successfully completed or carrying implementation of Command Control and Communication Centre (Comprising of Command Centre Application, Management Dashboard, Video Wall, Operation Room and Helpdesk Centre) project as a System Integrator for any selected Smart Cities in India with project cost not less than Rs. 20 Cr. (For each project 2.5 points would be awarded, maximum 2 projects would be considered for evaluation)
5
TQ 3.3 The Sole Bidder or any member of the consortium should have fully completed (Implementation as well as Maintenance) OR completed the implementation i.e. Go-Live of all modules as per the SoW and realized at least 50 % of CAPEX cost/Fee as per Contract Agreement in implementation & maintenance of any ITMS (Intelligent Traffic Management System) project as a System Integrator for any Govt. entity in India in the last 3 (three) financial years with project cost not less than Rs. 10 Cr. Project for Metro rail corporations or Railways wouldn’t be consider for technical evaluation in this category. (For each project 2.5 points would be awarded, maximum 2 projects would be considered for evaluation)
5
TQ 3.4 The Sole Bidder or any member of the consortium should have completed project as a System Integrator for Implementing and managing a Tier II or above data Centre in India for any Central Govt. / State Govt. / PSUs/ Govt. Boards in the last 3 (three) financial years with the project cost not less than Rs. 20 Crores (For each project 2.5 points would be awarded, maximum 4 projects would be considered for evaluation)
10
TQ 4.0 Proposed Key Personnel
30
TQ 4.1 Team Leader-cum-Program Manager 5.0
TQ 4.2 Solution Architect 3.0
TQ 4.3 IoT Expert 3.0
TQ 4.4 Command Control & Communication Centre Expert 4.0
TQ 4.5 Database Expert 3.0
TQ 4.6 Security Expert 3.0
TQ 4.7 System Admin 3.0
TQ 4.8 Network Expert 3.0
TQ 4.9 GIS Expert 3.0
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 35 of 126
TQ 5.0 Technical Proposal and Presentation # 10
TQ 5.1 Understanding of the project and details of proposed solution and architectures
To be awarded by Bid Evaluation Committee
TQ 5.2 Approach & Methodology for Implementation (should cover Solution Architecture, scalability, Interoperability and modularity features considering the future expansion of the project and the detailed project execution of plan for completing it on time)
TQ 5.3 Strategy for Cloud, DR requirements, SLA fulfilment and System Security
TQ 5.4 Key learnings from the similar projects and recommendation for successful execution of the proposed project Total 100
Note:
*For global projects, original client certificate and other documents shall be duly
verified and signed by Statutory Auditor. The same shall be submitted with the bid
document.
*For projects where fee has been received in any currency other than Indian
Rupees, than the foreign currency conversion rate available on Reserve Bank of
India’s portal as on the date of technical bid opening shall be used for conversion
of amount in foreign currency to Indian Rupees equivalent.
Projects executed for bidder’s own or bidder’s group of companies shall not be
considered.
#The Technical presentation shall be made by the Program Manager only as per
the details provided in the CVs. Presentation shall be restricted around the
submitted Technical proposal to the authority. Any deviation from the technical
proposal, shall not be considered during evaluation.
The Agency will be selected under the Quality cum Cost Based System (QCBS) with
weightages on 70:30 (70% for technical proposal and 30% for financial proposal).
Bidder who meets the minimum pre-qualification criteria and score more than 55
marks in above Criteria TQ1 to TQ4 will be called for Technical presentation. The
Technical Presentation will be on Project Team Structure and Approach and
Methodology for Implementation.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 36 of 126
Team Evaluation Matrix
SL Resource Role Maximum Marks
Other Requirements
1. Team Leader-cum-Program Manager
5.0 a)Educational Qualification: • BE/B. Tech with MBA/MS/M. Tech. or
equivalent = 1 Mark • BE / B. Tech / MCA = 0.5 Mark
b)Certification : • PMP / Prince 2 (P) Certification = 1 Mark
c)Work experience in the capacity of Project/Program Manager in ICT implementation Projects: • >=10 years = 1 Mark • >=8 and < 10 years = 0.5 Mark
d)Project/Program management Experience in ICT implementation Project (Command Control /Intelligent Traffic Management System/Smart Parking Management System) • > 3 Projects = 2 Marks • 2 – 3 Projects = 1 Mark
2. Solution Architect
3.0 a)Educational Qualification: • BE / B. Tech with MS/M. Tech. or
equivalent = 1 Mark • BE / B. Tech / MCA = 0.5 Mark
b)Certification : • Any industry standard certifications like
TOGAF = 0.5 Mark
c) Work experience in the capacity of Solution Architect: • >=10 years = 1 Mark • >=7 and <10 years =0.5 Mark
d) Work experience as Solution Architect: • 2 or more projects = 0.5 Mark
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 37 of 126
SL Resource Role Maximum Marks
Other Requirements
3. IoT Expert 3.0 a)Educational Qualification: • BE / B. Tech with MS/M. Tech. or
equivalent = 1 Mark • BE / B. Tech / MCA = 0.5 Mark
b) Work experience in ICT based projects: • >=7 years = 1 Mark • >=5 and <7 years = 0.5 Mark
c) Work experience of IoT related project implementation: • 2 Projects = 1 Mark • At least 1 Project = 0.5 Mark
4. Command
Control & Communication Centre Expert
4.0 a) Educational Qualification: • BE / B. Tech with MS/M. Tech. or
equivalent = 1 Mark • BE / B. Tech / MCA = 0.5 Mark
b) Work experience in setting-up Command Control Centre projects : • >=9 years = 1 Mark • >=6 and <9 years = 0.5 Mark
c) Work experience in Command & Control Centre projects (Max. 2 Marks): • 0.5 Mark per project
5. Database Expert 3.0 a)Educational Qualification: • BE / B. Tech with MS/M. Tech. or
equivalent = 1 Mark • BE / B. Tech / MCA = 0.5 Mark
b)Certification : • Any in Database (from the proposed OEM
for this project) = 0.5 Mark
c) Work experience in the capacity of DBA: • >=9 years = 1.5 Mark • >=6 and <9 years =1 Mark • >=3 and <6 years =0.5 Mark
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 38 of 126
SL Resource Role Maximum Marks
Other Requirements
6. Security Expert 3.0 a)Educational Qualification: • BE / B. Tech with MS/M. Tech. or
equivalent or equivalent o >=9 years of experience in the
capacity of security expert = 1 Mark o >=6 and <9 years in the capacity of
security expert = 0.5 Mark • BE / B. Tech / MCA
o >=9 years of experience in the capacity of security expert = 0.5 Mark
b)Certification : • Software Security ( CISM, CISSP, ComPTIA
Security+)= 1 Mark
d) Work experience as Security Expert (IoT Related Projects): • 2 Projects=1 Mark • 1 Project = 0.5 Mark
7 System
Administrator
3.0 a)Educational Qualification: • BE / B. Tech with MS/M. Tech. or
equivalent = 1 Mark • BE / B. Tech / MCA = 0.5 Mark
b)Certification : • Any in System Administration= 1 Mark
c) Work experience in the capacity of System Administrator: • >=9 years = 1 Mark • >=6 and <9 years = 0.5 Mark
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 39 of 126
SL Resource Role Maximum Marks
Other Requirements
8 Network Expert
3.0 a)Educational Qualification: • BE / B. Tech with MS/M. Tech. or
equivalent = 1 Mark • BE / B. Tech / MCA /MS = 0.5 Mark
b)Certification : • Any in Network Administration= 1 Mark c) Work experience in the capacity of Network Expert: • >=9 years = 1 Mark • >=6 and <9 years = 0.5 Mark
9 GIS Expert
3.0 a)Educational Qualification: • BE / B. Tech with MS/M. Tech. or
equivalent = 1 Mark • BE / B. Tech / MCA / MS= 0.5 Mark
b) Work experience in the capacity of GIS Expert: • >=9 years = 1 Mark • >=6 and <9 years = 0.5 Mark
c) Work experience as GIS Expert on Command Control / ITMS/ SPMS: • 2 Projects = 1 Mark • 1 Project = 0.5 Mark
For each project to be considered for technical evaluation, resource should
have worked for at-least One Year on that particular project
CVs needs to be provided in the format provided as Annexure 2.5 in the RFP
Volume I. Deviation from prescribed format shall attract rejection of the CV.
Deployment of key experts shall be as per the deployment plan provided in this
RFP.
2.3.19 Key Personnel
RSCCL has identified certain key positions and minimum qualifications for each of the
positions that should be part of project team of the bidder (hereby referred to as “Key
Personnel”). Details of these key positions are provided in <Section 2.3.18>
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 40 of 126
2.3.19.1 Initial Composition; Full Time Obligation; Continuity of Personnel
MSI shall ensure that each member of the Key Personnel devotes substantial working
time as per the staffing schedule/ manpower plan to perform the services to which that person has been assigned as per the bid.
MSI shall not make any changes to the composition of the Key Personnel and not require
or request any member of the Key Personnel to cease or reduce his or her involvement in
the provision of the Services during the defined term of the engagement unless that
person resigns, is terminated for cause, is long-term disabled, is on permitted mandatory
leave under Applicable Law or retires. In any such case, the RSCCL's prior written consent would be mandatory.
2.3.19.2 Evaluations
MSI shall carry out an evaluation of the performance of each member of the Key
Personnel in connection with the Services at least once in each Contract Year. RSCCL shall
provide reasonable written notice to RSCCL of the date of each evaluation of each member
of the Key Personnel. RSCCL shall be entitled to provide inputs to the MSI for each such
evaluation. MSI shall promptly provide the results of each evaluation to RSCCL, subject to Applicable Law.
2.3.20 Replacement
a) In case any proposed resource resigns, then the MSI has to inform RSCCL within
one week of such resignation.
b) MSI shall promptly initiate a search for a replacement to ensure that the role of
any member of the Key Personnel is not vacant at any point in time during the
contract period, subject to reasonable extensions requested by MSI to RSCCL.
c) Before assigning any replacement member of the Key Personnel to the provision
of the Services, MSI shall provide RSCCL with:
A resume, curriculum vitae and any other information about the candidate
that is reasonably requested by RSCCL; and
An opportunity to interview the candidate.
d) The Authority expects all the Key Personnel specified in the Proposal to be
available during implementation of the Agreement. The Authority will not consider
any substitution of Key Personnel except under compelling circumstances beyond
the control of the MSI and the concerned Key Personnel. Such substitution shall be
subject to equally or better qualified and experienced personnel being provided to
the satisfaction of the Authority. Without prejudice to the foregoing, substitution
of Key Personnel shall be permitted subject to reduction of payment equal to
0.25% of the subsequent milestone payment for each replacement.
e) If RSCCL objects to the appointment, MSI shall not assign the individual to that
position and shall seek an alternative candidate in accordance with the resource
requirements of this RFP.
f) MSI needs to ensure at least 4 weeks of overlap period in such replacements.
RSCCL will not be responsible for any knowledge transition to the replacement
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 41 of 126
resource and any impact / escalation of cost incurred by the MSI due to resource
replacement.
g) Without prejudice to other clauses mentioned in this section, RSCCL can ask for
replacement of any Resource deployed on the project and the MSI shall replace
such resource within 15 days of such communication received from the RSCCL. No
deduction of payment as mentioned in sub-clause (d) shall be applicable in this
case.
2.3.21 Eligible Goods and Services, and OEM Criteria
a) For purposes of this Clause, the term “goods” includes commodities, raw material,
machinery, equipment, and industrial plants; and “services” includes services such
as insurance, transportation, supply, installation, integration, testing,
commissioning, training, and initial maintenance.
b) The components (including but not limited to CCTV Cameras, Video Management
System Software, ANPR Cameras & Solution, RLVD Solution, Speed Violation
Solution, Edge Level (Field) Switches, Data Centre Switches & Routers, Servers,
Storage, Racks, Desktop PC and Workstations etc.) should have existing registered
service/support centre or establish in India within 30 days of award of contract.
The Bidder should submit an undertaking from the OEM to that effect.
c) All CCTV Cameras, Video Management System, Video Analytics Solution/Software
and any video/image processing solution within overall project offering should be
ONVIF Core Specification ‘2.X’ or ‘S’ compliant and provide support for ONVIF
profiles such as Streaming, Storage, Recording, Playback etc.
d) During the Demonstration/testing of the field components at technical evaluation
stage, the Technical Committee will give special attention to verify the quality,
robustness and appropriateness of the proposed camera/other equipment for
field scenario/conditions. If any brand / product are found un-suitable, Bidder
may get dis-qualified or may be asked to replace the product with better brands
meeting the tender requirements, without any change in commercial bid.
e) For each of the goods/products, bidder shall quote only one specific make and
model from only one specific OEM. Providing more than one option shall not be
allowed. All goods quoted by the Bidder must be associated with item code and
names and with printed literature describing configuration and functionality. Any
deviation from the printed specifications should be clearly mentioned in the offer
document by the Bidder.
f) The OEM for each products or technology quoted should be in the business of that
product or solution or technology for at least 5 (Five) years as on the date of
release of the RFP.
g) All the OEMs should have authorized presence (for sale or service) in India either
directly or through channel partner(s) as on the date of release of RFP.
h) The OEM for all active components should give a declaration that products or
technology quoted are neither end of- sale nor end-of-life as on the date of
installation and commissioning and are not end-of-support till the successful
completion of O&M period of the project as Annexure 2.8 in the RFP.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 42 of 126
i) The bidder’s proposed OEM should not have been blacklisted by any State /
Central Government Department or Central /State PSUs as on bid submission date.
j) Adequate supporting documents pertaining to the above points, along with
a summary compliance table, should be submitted in the technical proposal
by the Bidder.
2.3.22 Award of Contract
2.3.22.1 Award Criteria
i The cost indicated in the Financial Proposal shall be deemed as final and reflecting
the total cost of services and should be stated in INR only. Omissions, if any, in
costing of any item shall not entitle the Bidder to be compensated and the liability
to fulfil its obligations as per the Terms of Reference within the total quoted price
shall be that of the Bidder. The Bidder shall bear all taxes, duties, fees, levies and
other charges imposed under the Applicable Law as applicable. The lowest
Financial Proposal (Fm) will be given a financial score (Sf) of 100 points. The
financial scores (Sf) of the other Financial Proposals will be determined using the
following formula:
Sf = 100 x Fm/F;
In which Sf is the financial score, Fm is the lowest Financial Proposal, and F is the
Financial Proposal (in ₹) under consideration. Proposals will be finally be ranked in accordance with their combined technical (St) and financial (Sf) scores:
S = St x Tw + Sf x Fw;
Where S is the combined score, and Tw and Fw are weights assigned to Technical
and Financial Proposal that will be 70:30.
ii Bidder achieving the highest combined technical and financial score will be
considered to be the successful bidder and will be issued the Letter of Acceptance
(LoA).
iii If there is more than one bidder achieving (combined technical and financial
score) the equal score, RSCCL reserves the right to select the Bidder(s) and that
will be binding on all bidders.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 43 of 126
2.3.23 Letter of Acceptance
Prior to the expiration of the period of bid validity, RSCCL will notify the successful bidder
in writing or by fax or email, to be confirmed in writing by letter, that its bid has been
accepted. LoA will constitute the formation of the contract. Upon the successful bidder’s
furnishing of Performance Band Guarantee, RSCCL will promptly notify each unsuccessful bidder.
2.3.24 Signing of Contract
RSCCL shall notify the successful bidder that its bid has been accepted. The successful
bidder shall enter into contract agreement with RSCCL within the time frame mentioned in the Letter of Acceptance issued to the successful bidder by RSCCL.
On receipt of the Performance Bank Guarantee, Authority or the agency designated by
Authority shall enter into a contract with the successful bidder. The Master Service
Agreement is provided in RFP Volume III.
2.3.25 Failure to Agree With the Terms & Conditions of the RFP / Contract
Failure of the successful bidder to agree with the Terms & Conditions of the RFP /
Contract shall constitute sufficient grounds for the annulment of the award, in which
event RSCCL may invite the next best bidder for negotiations or may call for fresh RFP.
2.3.26 RSCCL's Right to Accept any Bid and to Reject any or All Bids
RSCCL reserves the right to accept or reject any Bid, and to annul the bidding process and
reject any or all Bids at any time prior to award of Contract, without thereby incurring
any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for RSCCL’s action.
2.3.27 Performance Bank Guarantee
a) Within fifteen (15) working days from the date of issuance of LOA, the Successful
Bidder shall at his own expense submit unconditional and irrevocable
Performance Bank Guarantee (PBG) an amount equivalent to 10% of contract
value to RSCCL.
b) The PBG shall be from a Nationalized Bank or a Scheduled Commercial Bank in the
format prescribed in <Annexure 8>, payable on demand, for the due performance
and fulfilment of the contract by the bidder.
c) All charges whatsoever such as premium; commission etc. with respect to the PBG
shall be borne by the MSI.
d) The PBG shall be valid till satisfactory completion of Post Implementation Support.
The PBG may be discharged/returned by RSCCL upon being satisfied that there
has been due performance of the obligations of the bidder under the contract.
However, no interest shall be payable on the PBG. The PBG shall be valid only up
to a period of six months after the contract completion period.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 44 of 126
e) In case the project is delayed beyond the project schedule as mentioned in the RFP,
the PBG shall be accordingly extended by the MSI till completion of scope of work
as mentioned in RFP Volume II.
f) In the event of the Bidder being unable to service the contract for whatever reason
RSCCL would invoke the PBG. Notwithstanding and without prejudice to any
rights whatsoever of RSCCL under the contract in the matter, the proceeds of the
PBG shall be payable to RSCCL as compensation for any loss resulting from the
bidder’s failure to complete its obligations under the Contract. RSCCL shall notify
the Bidder in writing of the exercise of its right to receive such compensation
within 14 days, indicating the contractual obligation(s) for which the Bidder is in
default.
g) RSCCL shall also be entitled to make recoveries from the bidder’s bills, PBG, or
from any other amount due to him, the equivalent value of any payment made to
him due to inadvertence, error, collusion, misconstruction or misstatement.
h) On satisfactory performance and completion of the order in all respects and duly
certified to this effect by RSCCL, Contract Completion Certificate shall be issued
and the PBG would be returned to the MSI.
2.3.28 Risk Purchase
In the event of failure to adhere to the delivery job/work schedule, RSCCL shall have the
right to get the job done or performed from alternate sources at the risk and cost of the
MSI and the excess expenditure on account of this shall be recovered from PBG or pending bills or by raising a separate claim.
2.3.29 Right to Vary Quantity
a) At the time of award of contract, the quantity of goods, works or services originally
specified in the bidding documents may be increased. It shall be without any
change in the unit prices or other terms and conditions of the Bid and the bidding
documents.
b) If RSCCL does not procure any subject matter of procurement or procures less
than the quantity specified in the bidding documents due to change in
circumstances, the bidder shall not be entitled for any claim or compensation
except otherwise provided in the bidding document.
c) Repeat orders for extra items or additional quantities may be placed, if it is
provided in the bidding document, on the rates and conditions given in the
contract if the original order was given after inviting open competitive bids.
Delivery or completion period may also be proportionally increased.
2.3.30 Warranty & Maintenance
a) MSI shall also provide complete maintenance support for all the proposed
integrated solution as outlined in this RFP for a period of 60 (Sixty) months from
the date of Go-Live.
b) During the warranty period, the bidder shall warrant that the goods supplied
under the contract are new, unused, of the most recent version/models and
incorporate all recent improvements in design and materials unless provided
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 45 of 126
otherwise in the contract. The bidder further warrants that the goods supplied
under this contract shall have no defects arising from design, materials or
workmanship.
c) RSCCL or designated representatives of the bidder shall promptly notify MSI in
writing of any claims arising under this warranty. Upon receipt of such notice, the
MSI shall, within the warranty period and with all reasonable speed, repair or
replace the defective systems, without costs to RSCCL and within time specified
and acceptable to RSCCL.
d) If the MSI, having been notified, fails to remedy the defect(s) within the period
specified in the contract, RSCCL may proceed to take such reasonable remedial
action as may be necessary, at the MSI’s risk and expense and without prejudice
to any other rights, which RSCCL may have against the bidder under the contract.
e) During the comprehensive warranty period, the successful bidder shall provide all
product(s) and documentation updates, patches/fixes, and version upgrades
within 15 days of their availability and should carry out installation and make operational the same at no additional cost to RSCCL.
The Successful Bidder/MSI hereby warrants RSCCL that:
The implemented solution represents a complete, integrated solution meeting all
the requirements as outlined in the RFP and further amendments if any and
provides the functionality and performance, as per the terms and conditions
specified in the contract.
The proposed solution shall achieve parameters delineated in the technical
specification/requirement.
The successful bidder shall be responsible for warranty services from licensers of
products included in the systems.
The successful bidder undertakes to ensure the maintenance of the acceptance
criterion/standards in respect of the systems during the warranty period.
2.3.31 Change of Consortium Member
Consortium member other than the MSI may be changed only under extreme
circumstances such as non-performance of the Consortium member, insolvency or
bankruptcy of the Consortium member etc. and that too only with the prior written approval of RSCCL.
Provided that in the event of any such approved change of Consortium members, the new
member (company) replacing outgoing Consortium member shall have same or higher
financial, technical and legal qualifications as the outgoing member, and to the
satisfaction of RSCCL. In the event RSCCL does not grant approval for the change of the
Consortium member other than the MSI or suitably qualified replacement member
(companies) are not available/ found, the exit of the Consortium member (other than the
MSI) shall constitute a breach of the contract.
2.3.32 Failure to agree with the Terms & Conditions of the RFP
Failure of the successful bidder to agree with the Terms & Conditions of the RFP shall
constitute sufficient grounds for the annulment of the award, in which event Authority
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 46 of 126
may call for new bids. In such a case, Authority shall invoke the PBG and/or forfeit the
EMD.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 47 of 126
Annexure 1 - Guidelines for Pre-Qualification Proposal
Annexure 1.1 - Check-list for the Pre-Qualification Proposal
Sr. List of Documents File Name & Page No.
Submitted (Y / N)
Description
1. Proof of Tender Fee and EMD submitted
2. Bid Covering Letter As per format provided at Annexure 1.2
Reference No: Date of Letter:
3. Bidders’ Particulars (To be submitted by all consortium members and sub-contractors)
As per format provided at Annexure 1.3
Name of Bidder(s):
4. Consortium Agreement (In case of consortium) As per format provided at Annexure 1.4
-
5. Power of Attorney (PoA) in favour of Authorized signatory
As per format provided at Annexure 6
Date of PoA: Name of Authorize Person:
6. Declaration for not blacklisted by Central/State Government / PSU entity in India or similar agencies globally for unsatisfactory past performance, corrupt, fraudulent or any other unethical business practices, in past 3 (Three) years. As per format provided at Annexure 4
Reference No: Date of Letter:
7. Copy of Certificate of Incorporation / Registration under Companies Act, 1956/2013 or corresponding Act in abroad Consortium agreement clearly stating the roles and responsibilities of each member (If any)
Registration Number: Date of Incorporation:
8. Certificate from the Statutory Auditor on turnover details from the “business areas” over the last 3 (Three) financial years 2014-15, 2015-16 and 2016-17
Year-wise details of turnover
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 48 of 126
9. Certificate from the Statutory Auditor on net worth
Total Positive Net worth (In Rs.): Certificate Date:
10 The Sole Bidder/Lead Member or any member of its consortium should have fully completed (Implementation as well as Maintenance) OR completed implementation i.e. Go-Live of all modules as per the SoW and realized at least 50 % of CAPEX cost as per Contract Agreement for 1 (One) project as a System Integrator of implementation & maintenance of Command Control and Communication Centre (Comprising of Command Centre Application, Management Dashboard, Video Wall, Operation Room and Helpdesk Centre) OR Intelligent Traffic Management System (ITMS). Project should have been executed for any Central Government/ State Government/PSU/ ULB/Govt. Boards/Defence/Metro in India with project cost not less than INR 20 Cr in last 3 (Three) financial years (FY 2014-15, 2015-16, 2016-17)
Project Case study + Copy of work order and contract + Completion certificate / Phase Completion Certificate from client/Statutory auditor of the bidder(s) (50 % payment received from the client on CAPEX)
11. Valid Copy of certificates in the name of the Sole Bidder or the Lead Member of consortium, in case of a Consortium
Name of Certificate: Issued By: Issuing Date: Validity Date:
12. Valid Copy of proof to validate that the Sole Bidder or the Lead Member of consortium, in case of a Consortium, should have office in the State of Jharkhand or should furnish an undertaking that the same would be established within 60 days of signing the contract, if project is awarded.
Copy of utility bills Or Undertaking Letter number & date
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 49 of 126
Annexure 1.2 - Pre-Qualification Cover Letter
(To be submitted on the letterhead of the bidder)
Date:
To
Ranchi Smart City Corporation Limited
4th Floor, Project Bhawan, Dhurwa, Ranchi-04
Subject: Bid for “Request for Proposals for Selection of Master System Integrator for
Implementation of Command Control and Communication Centre for Ranchi City”
RFP Reference No: <Reference Number>
Dear Sir,
With reference to your “Request for Proposals for Selection of Master System Integrator
for Implementation of Command Control and Communication Centre for Ranchi City”, we
hereby submit our Prequalification Proposal, Technical Proposal, and Financial Proposal,
for the same.
We hereby declare that:
a. We hereby acknowledge and unconditionally accept that the Authority can at its
absolute discretion apply whatever criteria it deems appropriate, not just limiting to
those criteria set out in the RFP and related documents, in short listing of Agency for
providing services.
b. We have submitted EMD of INR [ ] in the form of […………….] and Tender fee of INR
25,000 in the form DD from any nationalized / scheduled commercial bank in favour
of Ranchi Smart City Corporation Limited payable at Ranchi.
c. We hereby declare that all information and details furnished by us in the Bid are true
and correct, and all documents accompanying such application are true copies of their
respective originals.
d. We agree to abide by our offer for a period of 180 days from the date of opening of
pre-qualification bid prescribed by Authority and that we shall remain bound by a
communication of acceptance within that time.
e. We have carefully read and understood the terms and conditions of the RFP and the
conditions of the contract applicable to the RFP. We do hereby undertake to provision
as per these terms and conditions.
f. In the event of acceptance of our bid, we do hereby undertake:
• To supply the products and commence services as stipulated in the RFP document
• To undertake the project services for entire contract period from the date of
signing of the contract as mentioned in the RFP document.
• We affirm that the prices quoted are inclusive of design, development, delivery,
installation, commissioning, training, providing facility management and
handholding support, and inclusive of all out of pocket expenses, taxes, levies
discounts etc.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 50 of 126
g. We do hereby undertake, that, until a formal contract is prepared and executed, this
bid, together with your written acceptance thereof and notification of award of
contract, shall constitute a binding contract between us.
h. We understand that the Authority may cancel the bidding process at any time and that
Authority is not bound to accept any bid that it may receive without incurring any
liability towards the bidder.
i. We fully understand and agree to comply that on verification, if any of the information
provided in our bid is found to be misleading the selection process, we are liable to be
dismissed from the selection process or termination of the contract during the project, if selected to do so
In case of any clarifications please contact ………………………… by email
at ………………………..
Thanking you,
Yours sincerely,
(Signature of the Lead bidder)
Printed Name Designation
Seal
Date: Place:
Business Address:
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 51 of 126
Annexure 1.3 - Format to share Bidder’s and Bidding Firms Particulars
The Table below provides the format in which general information about the bidder must
be furnished.
Sr. Information Details
1. Name of Bidding firm:
2. Address and contact details of Bidding firm:
3. Firm Registration Number and Year of Registration
4. Web Site Address
5. Status of Company (Public Ltd., Pvt. Ltd., etc.)
6. Company’s GST Registration No.
7. Company’s Permanent Account Number (PAN)
8. Company’s Revenue for the last 3 years (Year wise)
9. Name, Designation and Address of the contact person to whom all references shall be made regarding this RFP:
10. Telephone number of contact person:
11. Mobile number of contact person:
12. Fax number of contact person:
13. E-mail address of contact person:
Please submit the relevant proofs for all the details mentioned above along with your Bid
response
Authorized Signatory Name
Seal
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 52 of 126
Annexure 1.4 - Consortium Agreement
DRAFT MEMORANDUM OF UNDERSTANDING EXECUTED BY MEMBERS OF THE
CONSORTIUM
[On Non-judicial stamp paper of INR 100 duly attested by notary public]
This Memorandum of Understanding (MoU) entered into this day of [Date] [Month]
2017 at
[Place] among
.......... (hereinafter referred to as " ") and having office at [Address], India, as Party of
the First Part and
.......... (hereinafter referred as " ") and having office at [Address], as Party of the Second Part and
.......... (hereinafter referred as " ”) and having office at [Address], as Party of the Third
Part.
The parties are individually referred to as Party and collectively as Parties.
WHEREAS RSCCL, has issued a Request for Proposal dated [Date] (RFP) from the
Applicants interested in Request for Proposal for Selection of Master System Integrator for Implementation of Command Control and Communication Centre for RSCCL, Ranchi:
AND WHEREAS the Parties have had discussions for formation of a Consortium for
bidding for the said Project and have reached an understanding on the following points
with respect to the Parties' rights and obligations towards each other and their working relationship.
AS MUTUAL UNDERSTANDING OF THE PARTIES, IT IS HEREBY AGREED AND DECLARED
AS FOLLOWS:
i. The purpose of this Agreement is to define the principles of collaboration among
the Parties to:
• Submit a response jointly to Bid for the “Request for Proposals for Selection of
Master System Integrator for Implementation of Command Control and
Communication Centre for Ranchi City” as a Consortium.
• Sign Contract in case of award.
• Provide and perform the supplies and services which would be ordered by the
Authority pursuant to the Contract.
ii. This Agreement shall not be construed as establishing or giving effect to any legal
entity such as, but not limited to, a company, a partnership, etc. It shall relate solely
towards the Authority for “Request for Proposals for Selection of Master System
Integrator for Implementation of Command Control and Communication Centre for Ranchi City” for and related execution works to be performed pursuant to the
Contract and shall not extend to any other activities.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 53 of 126
iii. The Parties shall be jointly and severally responsible and bound towards the
Authority for the performance of the works in accordance with the terms and
conditions of the RFP document, and Contract.
iv. ------------------------------------ (Name of Party) shall act as Lead Member of the
Consortium. As such, it shall act as the coordinator of the Party’s combined
activities and shall carry out the following functions:
v. To ensure the technical, commercial and administrative co- ordination of the work
package
• To lead the contract negotiations of the work package with the Authority.
• The Lead Member is authorized to receive instructions and incur liabilities for and
on behalf of all Parties.
• In case of an award, act as channel of communication between the Authority and
the Parties to execute the Contract
vi. That the Parties shall carry out all responsibilities as Developer in terms of the
Project Agreement.
vii. That the broad roles and the responsibilities of each Party at each stage of the
Bidding shall be as below:
Party A:
Party B:
Party C:
Party D:
viii. That the Parties affirm that they shall implement the Project in good faith and shall
take all necessary steps to see the Project through expeditiously.
ix. That this MoU shall be governed in accordance with the laws of India and courts
in Jharkhand shall have exclusive jurisdiction to adjudicate disputes arising from
the terms herein.
In witness whereof the Parties affirm that the information provided is accurate and true
and have caused this MoU duly executed on the date and year above mentioned.
(Party of the first part) (Party of the second part)(Party of the third part) (Party of the forth part) Witness:
i.
ii.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 54 of 126
Annexure 2 – Guidelines for Technical Proposal
Annexure 2.1 - Check-list for the Technical Proposal
Sr. List of Documents File Name & Page No.
Submitted (Y / N)
Description
1. Technical Bid Cover Letter As per format provided at Annexure 2.2
-
2. Project Citations As per format provided at Annexure 2.3
-
3. Structure for Proposed Solution As per format provided at Annexure 2.4
-
5. CVs of Proposed Project Team As per format provided at Annexure 2.5
Program Manager
Solution Architect
IoT Expert
Command Control & Communication Centre
Expert
Database Expert
Security Expert
System Admin
Network Expert
GIS Expert
-
6. Format for Proposed Project Team As per format provided at Annexure 2.6
-
7. Undertaking-Technical Support Arrangement with OEM As per format provided at Annexure 2.7
-
8. The Bidder shall quote only one specific make and model from only one specific OEM, for each of the goods. Providing more than one option shall not be allowed. All goods quoted by the Bidder must be associated with item code and names and with printed literature describing configuration and functionality. Any deviation from the printed specifications should be clearly mentioned in the offer document by the Bidder
Letter number and date for declaration:
9. The OEM for each products or technology quoted should be in the business of that product or solution or technology for at least 5 (Five) years as on the date of release of the RFP.
Letter number and date for declaratio
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 55 of 126
n by the OEM:
10. All the OEMs should have authorized presence in India either directly or through channel partner(s) as on the date of release of RFP.
Letter number and date for declaration by the OEM:
12. The bidder’s proposed OEM should not have been blacklisted by any State / Central Government Department or Central /State PSUs as on bid submission date.
Letter number and date for declaration:
13. OEM Authorization Letter As per format provided at Annexure 2.8
Name of OEM (s): Lette r No. - Date of Letter:
14. Total Responsibility Declaration As per format provided at Annexure 2.9
-
15. Declaration of Data Security As per format provided at Annexure 7
-
16. Case study + Copy of work order The Sole Bidder or Lead Member or any member of its consortium should have fully completed (Implementation as well as Maintenance) OR completed the implementation i.e. Go-Live of all modules as per the SoW and realized at least 50 % of CAPEX cost/Fee as per Contract Agreement of Command Control and Communication Centre (Comprising of Command Centre Application, Management Dashboard, Video Wall, Operation Room and Helpdesk Centre) Project as a System Integrator for any Central Government/ State Government/PSU/ Urban Local Bodies/Defence/ Govt. Boards/Metro Rail Corporations in India or Globally* with project cost not less than INR 20 Cr (in case of projects in India) or INR 50 Cr (in case of projects done Globally, the currency conversion rate on the date of technical bid opening shall be considered) in last 3 (Three) financial years (FY 2014-15, 2015-16, 2016-17).
Project Name: Date of Work Order: Du ra t i on of t he P ro j e ct : Project Cost:
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 56 of 126
(For each project 5 points would be awarded, maximum 5 projects would be considered for evaluation)
17. Case study + Copy of work order The Sole Bidder or Lead Member or any member of its consortium should have successfully completed or carrying implementation of Command Control and Communication Centre (Comprising of Command Centre Application, Management Dashboard, Video Wall, Operation Room and Helpdesk Centre) project as a System Integrator for any selected Smart Cities in India with project cost not less than Rs. 20 Cr. (For each project 2.5 points would be awarded, maximum 2 projects would be considered for evaluation)
Project Name: Date of Work Order: Du ra t i on of t he P ro j e ct : Project Cost:
18. Case study + Copy of work order The Sole Bidder or Lead Member or any member of its consortium should have fully completed (Implementation as well as Maintenance) OR completed the implementation i.e. Go-Live of all modules as per the SoW and realized at least 50 % of CAPEX cost/Fee as per Contract Agreement in implementation & maintenance of any ITMS (Intelligent Traffic Management System) project as a System Integrator for any Govt. entity in India in the last 3 (three) financial years with project cost not less than Rs. 10 Cr. Project for Railways / metro rail corporations wouldn’t be consider for technical evaluation in this category. (For each project 2.5 points would be awarded, maximum 2 projects would be considered for evaluation)
Project Name: Date of Work Order: Du ra t i on of t he P ro j e ct : Project Cost:
19. Case study + Copy of work order The Sole Bidder or Lead Member or any member of its consortium should have completed project as a System Integrator for Implementing and managing a Tier II or above data Centre in India for any Central Govt. / State Govt. / PSUs/ Govt. Boards in the last 3 (three) financial years with the project cost not less than Rs. 20 Crores (For each project 2.5 points would be awarded, maximum 4 projects would be considered for evaluation)
Project Name: Date of Work Order: Du ra t i on of t he P roj e ct : Project Cost:
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 57 of 126
Annexure 2.2 - Technical Bid Cover Letter
(To be submitted on the Letterhead of the Sole Bidder or Lead Member’s Firm in case of
consortium)
Date: dd/mm/yyyy
To
Ranchi Smart City Corporation Limited
4th Floor, Project Bhawan, Dhurwa, Ranchi-04
Subject: Bid for “Request for Proposals for Selection of Master System Integrator for Implementation of Command Control and Communication Centre for Ranchi City”
RFP Reference No: <>
Dear Sir,
I (in case of single bidder) or We, <<name of the undersigned Bidder and consortium
members>>, having read and examined in detail all the bidding documents in respect of
“Request for Proposals for Selection of Master System Integrator for Implementation of
Command Control and Communication Centre for Ranchi City” do hereby propose to provide our services as specified in the bid submitted by us.
It is hereby confirmed that I / We are entitled to act on behalf of our company /
corporation / firm / organization and empowered to sign this document as well as such other documents, which may be required in this connection.
We declare that all the services shall be performed strictly in accordance with the RFP
documents.
We confirm that the information contained in this response or any part thereof, including
its exhibits, and other documents and instruments delivered or to be delivered to
Authority, Government of Jharkhand is true, accurate, verifiable and complete. This
response includes all information necessary to ensure that the statements therein do not
in whole or in part mislead the department in its evaluation process. We also confirm that
we shall not attract conflict of interest in principle.
We confirm that our financial proposal has adhered to the mandatory ceiling for CAPEX bid price i.e. 65% of total bid price to be offered for this tender. We hereby declare that in case the contract is awarded to us, we shall submit the contract Performance bank guarantee in the form prescribed at Annexure 8 of the RFP Volume I.
We hereby declare that our bid is made in good faith, without collusion or fraud and the
information contained in the bid is true and correct to the best of our knowledge and belief.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 58 of 126
We understand that our bid is binding on us and that you are not bound to accept a Bid
you receive. This bid is valid for 180 days after opening of technical bid. We shall extend
the validity of the bid if required by Authority.
Thanking you,
Yours sincerely,
(Signature of the Lead Bidder)
Printed Name Designation
Seal
Date: Place:
Business Address:
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 59 of 126
Annexure 2.3 - Format for Project Citation
Item Details Attachment Ref. Number
Name of the project
Client for which the project was executed
Name and contact details of the client
Project Details
Description of the project
Scope of services
Relevance to the current project
Outcomes of the project
Other Details
Total cost of the project
Total cost of the services provided by the Bidder
Duration of the project (no. of months, start date, completion date, current status)
Other Relevant Information
Letter from the client to indicate the successful completion of the projects (if any)
Copy of Work Order/Agreement
Note: The Bidder is required to use above formats for all the projects referenced by the bidder for the technical qualification criteria
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 60 of 126
Annexure 2.4 - Structure of Proposed Solution
Bidders are required to provide a detailed approach & methodology to execute the entire
project. Bidders are advised to comply with the below provided headers/Approach
components while detailing out their solution. The following components are indicative
and bidders may provide addition points which add value to the proposed solution.
1. Understanding of requirement and Implementation approach
• Understanding of requirements
• Proposed Architectures and its components
• Work Plan & its adequacy
2. Proposed solution & Implementation Strategy
• End to end integrated solution design and architecture
• Features of the proposed applications, data management and analytics
• Select case studies of implementation of proposed applications meeting
similar requirements
• Hardware details & deployment, data centre architecture, Proposed DR & BCP
strategy and integration approach encompassing all solutions
• Timelines and modalities for implementation in a time bound manner
• Project implementation approach, strategy and operations & maintenance
plan including comprehensiveness of fall-back strategy and planning during
rollout
• Any other area relevant to the scope of work and other requirements of the
project
3. Assessment of Manpower deployment, Training and Handholding plan
• Deployment strategy of Manpower
• Contingency management
• Mobilization of existing resources and additional resources as required
• Training and handholding strategy
4. Project Monitoring and Communication Plan– Bidder’s approach to project
monitoring and communications among stakeholders.
5. Risk Management Plan – Bidder’s approach to identify, respond / manage and
mitigate risks
6. Quality Control plan - Bidder's approach to ensure quality of work and deliverables
7. Operation and Maintenance Plan
8. Escalation matrix during contract period
Note: • All the pages (documentary proofs and other documents that may be attached)
should contain page numbers and would have to be uniquely serially numbered. • Inadequate information shall lead to disqualification of the bid.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 61 of 126
Annexure 2.5 – Format for CV of Key Personnel
PHOTOGRAPH Name Proposed Position Date of birth Years with Organization
Nationality Education Degree (Specialization)
Institution Year in which obtained
Relevant Certification (if any)
Languages & degree of proficiency
Language
Read (Excellent/Good/Fair)
Write (Excellent/Good/Fair)
Speak (Excellent/Good/Fair)
Countries of work experience
Employment record 1. Total years of experience – 2. Total years of relevant experience for the proposed role – 3. Total number of projects in the proposed domain - Employer From To Position held Description of duties Detailed tasks handled (Work undertaken that best illustrates capability to handle the work and tasks assigned on this Project- Please give details of only those assignments that are relevant for the position for which the resource is being proposed) Client Name and Project
Brief Description of assignment
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 62 of 126
Role /Position
Start Date End Date Specific Task Executed
Certifications I, the undersigned certify that: (i) To the best of my knowledge and belief, this CV correctly describes me, my qualifications, and my experience.
Yes/No
(ii) I understand that my wilful misstatement described herein may lead to my disqualification or dismissal, if engaged.
Yes/No
Name & Signature (Personnel)
Name & Signature (Authorized Representative)
Date of signing
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 63 of 126
Annexure 2.6 – Format for Proposed Project Team
Implementation
Sr. Proposed Role Resource Name
Qualification
Experience
Area of Expertise
Task Assigned
Time committed for the engagement
1. Team Leader-cum-Program Manager
2. Solution Architect
3. IoT Expert
4. Command Control & Communication Centre Expert
5. Database Expert
6. Security Expert
7. System Admin
8. Network Expert
9. GIS Expert
10. ……………
Note: The above list of project team personnel provided by the bidder shall have
the specialised experience as per the requirement of Scope of work.
O&M
Sr. Proposed Role Resource Name
Qualification
Experience
Area of Expertise
Task Assigned
Time committed for the engagement
1. Team Leader-cum-Program Manager
2. Database Expert
3. Security Expert
4. System Admin
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 64 of 126
5. Network Expert
6. GIS Expert
For Resources proposed for O&M phase, following minimum qualification and Experience would be required -
Sr. Proposed Position Education, Experience & Other Requirements
1. Team Leader-cum-Program Manager
Same as proposed for the Implementation Phase
2. Database Expert a)Educational Qualification: BE / B. Tech / MCA or equivalent
b)Certification: Any in Database (from the proposed OEM for this project)
c) Work experience in the capacity of DBA – 5 years and above
3. Security Expert a) Educational Qualification: BE / B. Tech / MCA or equivalent
b) Certification: Any in Software Security (CISM, CISSP, ComPTIA Security+)
c) Work experience in the capacity of Security Expert: 5 Years and Above
d) Work experience as Security Expert: Minimum one IoT related project
4. System Administrator
a) Educational Qualification: BE / B. Tech / MCA or equivalent b)Certification: Any in System Administration
c) Work experience in the capacity of System Administrator: 5 years and above
5. Network Expert
a) Educational Qualification: BE / B. Tech / MCA or equivalent
b)Certification: Any in Network Administration c) Work experience in the capacity of Network Expert: 5 years and above
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 65 of 126
Sr. Proposed Position Education, Experience & Other Requirements
6. GIS Expert
a) Educational Qualification: BE / B. Tech / MCA or equivalent b) Work experience in the capacity of GIS Expert: 5 years & above c) Work experience as GIS Expert on Command Control / ITMS/ SPMS: Minimum 1 project
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 66 of 126
Annexure 2.7 – Undertaking - Technical Support Arrangement with
OEM
<< To be printed on letter head of Sole Bidder or Lead Member in case of consortium and Signed by Authorized Signatory>>
Date:
To:
Ranchi Smart City Corporation Limited
4th Floor, Project Bhawan, Dhurwa, Ranchi-04
Dear Sir,
Subject: Request for Proposals for Selection of Master System Integrator for
Implementation of Command Control and Communication Centre for Ranchi City -
Technical Support Arrangement with OEM
We, the undersigned, having read and examined the requirements of the project, have
licensed all our products /COTS that should complement the solution in the best possible
way and that all the business and functional requirements should be fulfilled either by the products/COTS or through customizations.
We have/will enter(ed) into requisite arrangements with the OEMs for the following:
• Professional Services and Technical Support: We confirm that we have chosen the
products from OEMs who have professional support services in India (or through
their authorized channel partners). These professionals shall be made available as
and when required for supporting all technical aspects of project implementation,
solution maintenance and support during entire period of Project including
extended period if any as stated in RFP. This does not include web support or
remote support.
• Vetting of solution: We confirm that OEM’s support should be taken for vetting of
the technical solution as proposed and implemented. In case there are multiple
OEM’s, I/We shall take individual OEM support for vetting of their respective
technical solution.
• It is hereby confirmed that I/We are entitled to act on behalf of our company and
empowered to sign this document as well as such other documents, which shall be
required in this connection.
• Summary of Arrangement with OEMs for implementation and operations support
(Signature of the Authorized signatory of the Bidder) Name:
Designation: Seal:
Date: Place:
Business Address:
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 67 of 126
Annexure 2.8 – Format for OEM Authorization
(This form has to be provided by the OEMs of the products proposed)
Date:
To,
Ranchi Smart City Corporation
4th Floor, Project Bhawan, Dhurwa, Ranchi-04
RFP Ref: <>
Dear Sir,
We…………………, (name and address of the manufacturer) who are established and
reputed manufacturers of …………………………………… (name of the products) for ……. years
of presence in India and having factories/development centres at
…………………………… (addresses of manufacturing / development locations) do
hereby authorize M/s ………………………… (name and address of the bidder) to bid,
negotiate and conclude the contract with you against the above mentioned tender for the
above equipment / software manufactured / developed by us.
We herewith certify that the above mentioned equipment / software products are not
end of the life and we hereby undertake to support these equipment / software for the
duration of minimum 5 years from the date of Submission of the Bid.
Yours faithfully,
(Name of the authorized signatory, Designation, Contact number & Address)
Note: This letter of authority should be on the letterhead of the OEM and should be signed by an authorized person having the power of attorney from the OEM.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 68 of 126
Annexure 2.9 - Total Responsibility Declaration
This is to certify that I undertake the total responsibility for the defect free operation of
the proposed solution as per the requirement of the RFP within the duration mentioned
in the RFP.
(Authorised Signatory) Signature:
Name:
Designation:
Address:
Seal:
Date:
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 69 of 126
Annexure 2.10 – Project Plan
A Detailed Project Plan covering break-up of each phase into the key activities, along
with the start and end dates must be provided as per format given below.
Activity-Wise Timelines Sl. No. Items of
Activity Week-wise Program till implementation and thereafter
month-wise program for O & M phase 1 2 3 4 5 ……… 1 Activity 1 1.1 Sub-Activity 1 1.2 Sub-Activity 2
Annexure 2.11 – Manpower Deployment Plan
I. Till Go-Live (Implementation)
Manpower distribution Sl. No.
Role Month wise time to be spent by each personnel (in days)
Total
Month 1
Month 2
Month 3
Month 4
Month 5
------
1 Team Leader-cum-Program Manager
Onsite
2 Solution Architect
Onsite
3 IoT Expert
Onsite
4 C4 Expert Onsite 5 Database
Expert Onsite
6 Security Expert
Onsite
7 System Expert
Onsite
8 Network Expert
Onsite
9 GIS Expert
Onsite
----------
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 70 of 126
II. After Go-Live (Operation & Maintenance phase)
Sl. No. Role Month wise time to be spent by each personnel (in days)
Total
Year 1 Year 2 Year 3 Year 4 Year 5 1 2 3 4 5 6 7 8 9 10 TOTAL
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 71 of 126
Annexure 3 – Guidelines for Financial Proposal
Annexure 3.1 - Financial Proposal Cover Letter
(To be submitted on the Letterhead of the Sole of Bidder or Lead Member in case of
consortium)
Date:
To
Ranchi Smart City Corporation Limited
4th Floor, Project Bhawan, Dhurwa, Ranchi-04
Subject: Bid for “Request for Proposals for Selection of Master System Integrator for Implementation of Command Control and Communication Centre for Ranchi City”
RFP Reference No: <Reference Number>
Dear Sir,
1. We, the undersigned bidder, Having read & examined in detail, the Bidding
Document, the receipt of which is hereby duly acknowledged, I/ we, the
undersigned, offer to supply/ work as mentioned in the Scope of the work, Bill of
Material, Technical Specifications, Service Level Standards & in conformity with
the said bidding document for the same.
2. I / We undertake that the prices are in conformity with the specifications
prescribed. The quote/ price are inclusive of all cost likely to be incurred for
executing this work. The prices are inclusive of all type of govt. taxes/duties as
mentioned in the financial bid (BoQ).
3. I / We undertake, if our bid is accepted, to deliver the goods & services in
accordance with the delivery schedule specified in the RFP.
4. I/We undertake to successfully operationalize the entire solution as per scope of
work mentioned in the RFP document.
5. I/ We have examined and have no reservations to the Bidding Documents,
including any corrigendum/addendums issued by RSCCL;
6. I/We understand that any additional hardware and software required to make the
entire solution operational shall have to be provided by us.
7. I/ We hereby declare that in case the contract is awarded to us, we shall submit
the contract performance bank guarantee as prescribed in the RFP.
8. I / We agree to abide by this bid for a period of 180 days from the date of bid
submission and it shall remain binding upon us and may be accepted at any time
before the expiry of that period.
9. Until a formal contract is prepared and executed, this bid, together with your
written acceptance thereof and your notification of award shall constitute a
binding Contract between us.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 72 of 126
10. I/ We hereby declare that our bid is made in good faith, without collusion or fraud
and the information contained in the bid is true and correct to the best of our
knowledge and belief.
11. We understand that you are not bound to accept the lowest or any bid you may
receive. We agree to all the terms & conditions as mentioned in the RFP document and submit that we have not submitted any deviations in this regard.
In witness thereof, I/we submit this Bid under and in accordance with the terms of the
RFP document.
Date: Place:
Yours faithfully,
(Signature of the Authorised signatory)
(Name and designation of the of the Authorised signatory)
Name and seal of Bidder/Lead Member
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 73 of 126
Annexure 3.2 - Financial Proposal Format & Instructions
To be submitted on e-Tendering Portal only (portal website)
RFP Reference No: <>
Cost for Selection of Master System Integrator for Implementation of Command Control and Communication Centre for Ranchi City (Excluding of all taxes and duties)
Summary of Financial Proposal for Implementation of Command Control and Communication
Centre for Ranchi Smart City
Sr. No. Item Reference Schedule Amount (INR)
1 Capital Expenditure (CAPEX) Schedule A A
2 Operational Expenditure
(OPEX) for 5 years
Schedule B B
Grand Total of CAPEX and OPEX (INR) [A+B ] GT
Grand Total of CAPEX and OPEX (INR) [A+B ] (in Words)
1. CAPEX bid price proposed by the bidder shall not exceed 65% of total Bid price under any circumstances. In case the bidder quotes higher figures towards capital costs the same shall be restricted to 65% while making payments towards Capex. Any value quoted towards Capex over and above6 5% limit will be paid in equal quarterly instalments during O&M along with quarterly payment for each quarter.
2. A – Total CAPEX Bid Price 3. B – Total OPEX Bid Price 4. GT – Total Commercial Bid Price 5. Prices indicated in the schedules shall be inclusive of all taxes, Levies, duties etc. The prices should also
specify 5 year support cost as per provided formats. 6. It is mandatory to provide breakup of all Taxes, Duties and Levies wherever asked for. 7. RSCCL reserves the right to ask the MSI to submit proof of payment against any of the taxes, duties,
levies indicated. 8. RSCCL shall take into account all Taxes, Duties & Levies for the purpose of evaluation 9. All items provided should be under Insurance. The Insurance should be for entire duration of the Project
for 5 Years and comprehensive covering damages for Theft, Fire, Natural Calamities, Riots and Terrorists activities etc.
10. Bidder should provide all prices as per the prescribed format under this Annexure 3.2. 11. All the prices are to be entered in Indian Rupees and in the Indian Numerical format ONLY 12. The Unit Rate as mentioned in the following formats may be used for the purpose of ‘Change Order’ for
respective items, if any. However, based on the market trends, RSCCL retains the right to negotiate this rate for future requirement
13. The variation in individual item of quantities permitted, provided it shall not exceed ± 20% in individual item of quantities. The successful bidder shall not object to the upward or downward variation in quantities of any item within the variation limits.
14. Payment for additional quantities within the variation limit shall be made at tender rates and the tender rates shall be valid for entire duration of the contract.
15. No claim shall be entertained or become payable for price variation of additional quantities 16. Bidder shall be bound to give same or more % of discount on the list price of the OEMs on the future
purchases (additional purchases within the contract period) by RSCCL. Bidder shall ensure that the future products supplied are of latest specifications as per the OEM roadmap.
17. RSCCL also intends to utilize various rates obtained through this tender for requirements across various departments. Bidders are requested to factor this larger demand and give the best possible rate to RSCCL.
18. Line items mentioned in the Commercial Formats are for representation purpose and MSI may propose Higher or better technology / solution (with proper justification). Bidders are required to suitably add line items / merge the cost components depending upon their proposed solution.
19. No escalations of prices will be considered under any circumstances.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 74 of 126
20. Bidders must carefully read the Scope, Technical & Functional Requirements and the SLAs mentioned in this RFP and accordingly propose the software, hardware, accessories and services and their respective quantities required to completely meet the requirements of this RFP. To meet the requirements of this RFP, no request for Change Order shall be entertained.
21. RSCCL may ask bidder to provide breakup of estimation sheet of each component. 22. RSCCL reserves the right to ask the Bidder to submit proof of payment against any of the taxes, duties,
levies indicated. 23. The Bidder needs to account for all Out of Pocket expenses, no additional payment shall be made by
RSCCL whatsoever. 24. Bidder should refer the RFP Volume II for details on the technical requirements of the system and the
benchmark specifications for the items mentioned in the financial formats. 25. Any component/fixtures/ancillary/adjunct to the specified item shall be deemed to have been included
in the unit rates quoted above. 26. Bidders must carefully read the Scope, Technical Requirements and the SLAs mentioned in the RFP and
accordingly propose the software, hardware, accessories and services and their respective quantities required to completely meet the requirements of this RFP.
27. RSCCL reserves the right to extend the O&M contract. 28. 25% of the procurement value for below mentioned item (or any item which the Ministry of Electronics
and Information Technology (MeitY) has notified in the Policy for providing preference to domestically manufactured electronic products (PMA) on 23.12.2013.) should be from domestic manufacturer of electronic products. In case Bidder do not propose domestic manufacturer product for mentioned items, RSCCL will have right to change the same during procurement. In case none of the domestic manufacturer match discovered price of selected MSI, Purchaser (RSCCL) will continue with the proposed make and model of item. Bidder can propose other make and model from domestic manufacturer for these 25% of the items –
Outdoor Box Cameras
Outdoor PTZ Cameras
ANPR Cameras
Fixed Bullet IR Cameras
Switches
L3 Switches
IP PABX System
PRI Modem pair
SMS Gateway modem
Digital Set top boxes
Fixed Dome Cameras
Switches/Router
Monitoring Workstations
Thanking you,
Yours faithfully
Signature of the authorized representative of the Bidder on behalf of all consortium
members, if any)
Name:
Designation:
Seal:
Date:
Place:
Business Address:
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 75 of 126
Schedule A - Summary of Commercial Bid (CAPEX)
<< To be printed on the Lead Bidder’s Letter Head and shall be signed by Authorized Signatory >>
Schedule A - Summary of Financial Proposal (CAPEX) for Implementation of Command Control
and Communication Centre for Ranchi Smart City
Capital Expenditure (CAPEX)
Sr.
N
o
Item Reference Schedule
CAPEX
Amount
(INR)
1 Command Control & Communication Solution including
Data Centre
Schedule "A1" A1
2 Integrated Traffic Management System (Field Equipment) Schedule "A2" A2
3 Smart Parking Management System (Field Equipment) Schedule "A3" A3
4 Environmental Management Solution (Field Equipment) Schedule "A4" A4
5 Public Wi-Fi (Field Equipment) Schedule "A5" A5
6 Manpower Cost Schedule "A6" A6
7 Integration with Existing and Proposed Applications Schedule "A7" A7
Total of Capital Expenditure (CAPEX)
(A= A1+A2+A3+A4+A5+A6) A
1. A – Total CAPEX Bid Price 2. Prices must be inclusive of all applicable taxes/duties 3. All figures in Indian Rupees only 4. Bidder should specify details of line items in respective schedules
Thanking you,
Yours faithfully
(Signature of the authorized representative of the Bidder on behalf of all consortium members, if any)
Name:
Designation:
Seal:
Date:
Place:
Business Address:
RFP | Volume I Page 76 of 126
<< To be printed on the Lead Bidder’s Letter Head and shall be signed by Authorized Signatory >>
Schedule A1 - Command Control & Communication Centre Solution & Data Centre Solution
Schedule A1: Command Control & Communication Solution & Data Centre– CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Pric
e
(IN
R)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
1 Components (ICT and Non-ICT )
1.1 Video wall (70” in 5x2 configuration)
No. 1
1.2 Video Wall Controller No. 1
1.3 Video Wall Management Software
No. 1
1.4 Cabling & Other Fixtures Lot 1
1.5 Keyboard Joystick to control PTZ Cameras
No. 10
1.6 Network Access Switch No. 1
1.7 LED TV 55" No. 3
1.8 Building Public Address System
Set. 1
1.9 Audio Mixer and speaker system
Set. 1
1.10 Workstation Desktop with two monitors
No. 20
1.11 Online UPS (sizing as per proposed solution)
No. As per
requirem
ent (in n
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 77 of 126
Schedule A1: Command Control & Communication Solution & Data Centre– CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Pric
e
(IN
R)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
+ n
fashion)
1.12 Multifunction Device No. 1
1.13 IP Phones Set. 10
1.14 Public Address System for C4 building
Set. 1
1.15 Video Conferencing software and solution
Set. 1
1.16 Network Colour Laser printer
No. 1
1.17 Network B/W Laser Printer
No. 2
1.18 Network B/W Laser Printer (Heavy Duty)
No. 1
1.19 Biometric access control system
No. As per
bidder’s
solution
1.20 Dome cameras for internal surveillance
No. 12
1.21 Fire Alarm System Set 1
1.22 Rodent Repellent system Set 1
1.23 Split Air Conditioner 2 Ton (5 star energy efficiency rating)
No. As per
requirem
ent
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 78 of 126
Schedule A1: Command Control & Communication Solution & Data Centre– CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Pric
e
(IN
R)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
1.24 Site Preparation as per the RFP
Lump
sum
1
1.25 Workstation Furniture and Fixtures for C4
No. 20
1.26 Revolving Chairs for office staff
No. 20
1.27 Office Desk Furniture and Fixtures
No. 20
1.28 Ergonomic Chairs for CCCC
No. 25
1.29 Conference Table (for 10 personnel) & Chairs Set
Set 1
1.30 Manpower – Operators No. 30 in
three
shifts
2 Helpdesk Components
2.1 Hand Set No. 5
2.2 Head Set No. 5
2.3 Voice Logger No. 1
2.4 Soft telephone No. 5
2.5 Desktops Nos. 5
3 Data Centre
Core Infrastructure
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 79 of 126
Schedule A1: Command Control & Communication Solution & Data Centre– CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Pric
e
(IN
R)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
3.1 Core Router No. 2
3.2 Core Switch No. 2
3.3 Internet Router No. 1
3.4 Firewall No. 2
3.5 IPS No. 2
3.6 Data Centre Switch No. As per
requirem
ent
3.7 42U Network Rack No. As per
requirem
ent
3.8 KVM Switch No. 2
3.9 Blade Chassis No. As per
requirem
ent
3.10 Video Management Server No. 4
3.11 Video Analytics Server No. 2
3.12 Network Video Recorder Lot As per
requirem
ent
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 80 of 126
Schedule A1: Command Control & Communication Solution & Data Centre– CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Pric
e
(IN
R)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
3.13 ATCS Server No. 2
3.14 ANPR Server No. 4
3.15 RLVD Server No. 4
3.16 TARS server No. 2
3.17 Variable Message Signboard server
No. 2
3.18 Smart Parking Information Management Solution Server
No. 2
3.19 Environment Management server
No. 2
3.20 City Wi-Fi Server No. 2
3.21 Wireless Intrusion Prevention System
No. 2
3.22 Wi-Fi Controller No. 2
3.23 IVRS Server No. 1
3.24 CTI Server No. 1
3.25 Automatic Call Distributor Server
No. 1
3.26 Digital Voice Logger Server
No. 1
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 81 of 126
Schedule A1: Command Control & Communication Solution & Data Centre– CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Pric
e
(IN
R)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
3.27 GIS server No. 2
3.28 Database Server No. 4
3.29 Web Server No. 2
3.30 Server Load Balancer No. 2
3.31 SAN Switch No. 2
3.32 Storage (Primary) TB 300
3.33 Storage (Secondary) TB 300
3.34 Tape Library Lot As per
requirem
ent
3.35 Online UPS (sizing as per proposed solution)
No. As per
requirem
ent (in n
+ n
fashion)
3.36 Precision Air Conditioning System for the Server Farm Area
No. As per
requirem
ent (in
n+1
fashion)
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 82 of 126
Schedule A1: Command Control & Communication Solution & Data Centre– CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Pric
e
(IN
R)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
3.37 Split Air Conditioner for the Auxiliary Area
No. As per
requirem
ent
3.38 Site Preparation Cost Lump
Sum
1
Software Solutions
3.39 Server OS License No. As per
requirem
ent
3.40 Database Lot 1
3.41 Web server Lot 1
3.42 Anti-virus & Anti-Spam software
Lot 1
3.43 Backup software Lot 1
3.44 EMS Lot 1
3.45 Mail & Messaging Solution Lot 1
3.46 C4 core application Lot 1
3.47 SMS Gateway with annual 200,000 SMSs
Lot 1
3.48 ITMS - ACTS Software Lot 1
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 83 of 126
Schedule A1: Command Control & Communication Solution & Data Centre– CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Pric
e
(IN
R)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
3.49 ITMS - Video Management Software
Lot 1
3.50 ITMS - Video Analytics Software
Lot 1
3.51 ITMS - ANPR Software Lot 1
3.52 ITMS - RLVD Software Lot 1
3.53 ITMS - SVD software Lot 1
3.54 ITMS - TARS Lot 1
3.55 ITMS - PA Software Lot 1
3.56 ITMS - ECB management software
Lot 1
3.57 ITMS - Variable Message Software
Lot 1
3.58 Environment Management 1
3.59 Smart Parking Information System
No. 1
3.60 Centralized Wi-Fi Management Solution
No. 1
3.61 City Portal Lot 1
3.62 Mobile Application Lot 1
3.63 Enterprise GIS Unit 1
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 84 of 126
Schedule A1: Command Control & Communication Solution & Data Centre– CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Pric
e
(IN
R)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
3.64 Automated Call Distribution Software
Lot 1
3.65 Computer Telephony Integration Software
Lot 1
3.66 IVR Software Lot 1
Bandwidth
3.67 One time cost setting-up aggregate bandwidth at DC
Band
width
5 Gbps
3.68 MPLS line between DC & Cloud DR
Band
width
As per
requirem
ent
3.69 One time cost for Leased circuit/bandwidth termination at field locations
Quanti
ty
As per
BoM in
the Vol. II
Power Backup
3.70 Diesel Genset Unit 1
Data Recovery Centre
3.71 Servers No. As per
requirem
ent
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 85 of 126
Schedule A1: Command Control & Communication Solution & Data Centre– CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Pric
e
(IN
R)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
3.72 Storage No. As per
requirem
ent
3.73 MPLS Bandwidth set-up cost
Mbps As per
requirem
ent
3.74 DC-DR license Lot As per
requirem
ent
6 Additional component/item if any required by Bidder may be added by bidder
TOTAL CAPEX for Command Control & Communication Solution (In INR) A1
TOTAL CAPEX for Command Control & Communication Solution (In Words)
1. Specify details wherever required
2. Prices must be inclusive of all applicable taxes/duties
3. All figures in Indian Rupees only
4. No Alternate Proposal: The bidder shall mention only one quantity, UOM and unit price for each line item, only from single OEM/ Type for hardware, software
etc., to reach at consolidated cost as part of Commercial Bid. Any bids, which propose multiple options in terms of quantity, UOM, OEM/ Type and unit price
for each line item shall be summarily rejected. For example, in case of firewall, the bidder submitting two options of firewalls with different options for
quantity, UOM, OEM/ Type and unit price shall be summarily rejected.
Thanking you,
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 86 of 126
Schedule A1: Command Control & Communication Solution & Data Centre– CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Pric
e
(IN
R)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
Yours faithfully
(Signature of the authorized representative of the Bidder on behalf of all consortium members, if any)
Name:
Designation:
Seal:
Date:
Place:
Business Address:
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 87 of 126
<< To be printed on the Lead Bidder’s Letter Head and shall be signed by Authorized Signatory >>
Schedule A2 - Integrated Traffic Management System (ITMS) [Field Equipment]
Total no. of locations across the city identified for implementing ITMS including ATCS, RLVD, ANPR, SVD, Surveillance, PA and ECB solution is 100. An indicative Bill
of Material required for undertaking initial stage of implementation is specified below.
Schedule A2: Integrated Traffic Management System (ITMS) – CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Price
(INR)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
1 Adaptive Traffic Control
1.1 ATCS Traffic signal
controller
No. 40
1.2 Vehicle Detection Camera No. 150
1.3 Countdown timer No. 150
1.4 Traffic Light Aspects – Red No. As
per
requ
irem
ent
1.5 Traffic Light Aspects –
Green
No. As
per
requ
irem
ent
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 88 of 126
Schedule A2: Integrated Traffic Management System (ITMS) – CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Price
(INR)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
1.6 Traffic Light Aspects –
Amber
No. As
per
requ
irem
ent
1.7 Pedestrian lamp heads –
Stop
No. As
per
requ
irem
ent
1.8 Pedestrian lamp heads –
Walk
No. As
per
requ
irem
ent
1.9 Gantry Pole including site
preparation cost
No. As
per
requ
irem
ent
1.10 Mounting Structure with
poles, junction boxes
Set As
per
requ
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 89 of 126
Schedule A2: Integrated Traffic Management System (ITMS) – CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Price
(INR)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
irem
ent
1.11 Network Switch
Ruggedised
No. As
per
requ
irem
ent
1.12 Others, please mention As
per
requi
reme
nt
2 Speed Violation Detection
2.1 Speed Detection System
for covering 2 lanes in one
direction with complete
subcomponents including
ANPR camera, sensors,
wide angle evidence
camera, IR illuminator,
non-intrusive speed
sensor, with cabling &
mounting
infrastructure as required
(please specify each item
separately)
Location
s
10
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 90 of 126
Schedule A2: Integrated Traffic Management System (ITMS) – CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Price
(INR)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
3 Surveillance System
3.1 Outdoor Fixed Box Camera
+ IR Illuminator
No. 80
3.2 Outdoor PTZ Camera + IR
Illuminator
No. 30
3.3 ANPR camera No. 30
3.4 Network Video Recorder Lot As
per
requi
reme
nt
3.5 Others, please specify
4 Traffic Accident Reporting System (TARS)
4.1 Camera No. 15
4.2 Video Recorder Lot As
per
requi
reme
nt
4.2 Othes, please specify
5 Public Address System – IP based PA with speakers
5.1 Public Address System – IP based PA with speakers
No. 50
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 91 of 126
Schedule A2: Integrated Traffic Management System (ITMS) – CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Price
(INR)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
5.2 UPS (required capacity) No. As
per
requi
reme
nt
5.3 Mounting structures with pole etc.
No. As
per
requi
reme
nt
5.4 Any other, please specify
6 Variable Message Sign boards
6.1 Variable Message Sign Board
No. 50
6.2 UPS (required capacity) No. As
per
requi
reme
nt
6.3 Mounting structures with pole etc.
No. As
per
requi
reme
nt
6.4 Any other, please specify
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 92 of 126
Schedule A2: Integrated Traffic Management System (ITMS) – CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Price
(INR)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
7 Emergency Call Box
7.1 ECB system No. 50
7.2 UPS (required capacity) No. As per
require
ment
7.3 Mounting structure with pole etc.
No. As per
require
ment
7.4 Any other, please specify
8 Junction box No. As
per
requi
reme
nt
9 Power cables Meter As
per
requi
reme
nt
10 Additional component/Item if any required by Bidder may be added by bidder
TOTAL CAPEX for Integrated Traffic Management System (In INR) A2
TOTAL CAPEX for Integrated Traffic Management System (In Words)
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 93 of 126
Schedule A2: Integrated Traffic Management System (ITMS) – CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Price
(INR)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
1. Specify details wherever required
2. Prices must be inclusive of all applicable taxes/duties
3. All figures in Indian Rupees only
4. No Alternate Proposal: The bidder shall mention only one quantity, UOM and unit price for each line item, only from single OEM/ Type for hardware, software
etc., to reach at consolidated cost as part of Commercial Bid. Any bids, which propose multiple options in terms of quantity, UOM, OEM/ Type and unit price
for each line item shall be summarily rejected. For example, in case of firewall, the bidder submitting two options of firewalls with different options for
quantity, UOM, OEM/ Type and unit price shall be summarily rejected.
Thanking you,
Yours faithfully
(Signature of the authorized representative of the Bidder on behalf of all consortium members, if any)
Name:
Designation:
Seal:
Date:
Place:
Business Address:
<< To be printed on the Lead Bidder’s Letter Head and shall be signed by Authorized Signatory >>
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 94 of 126
Schedule A3 – Smart Parking Management System (SPMS) [Field Equipment]
Schedule A3: Smart Parking Management System (SPMS)– CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Price
(INR)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
1 Components
1.1. Camera Based Sensors
parking sensors
No. 50
1.2 Parking Mobile Application Lot 1
1.3 Network Switch No. As per
requirem
ent
1.4 Pole including site
preparation cost
No. As per
requirem
ent
1.5 Junction box No. As per
requirem
ent
1.6 Site Preparation Lum
p
sum
50
2 Additional component/Item if any required by Bidder may be added by bidder
TOTAL CAPEX for Smart Parking Management System (In INR) A3
TOTAL CAPEX for Smart Parking Management System (In Words)
1. Specify details wherever required
2. Prices must be inclusive of all applicable taxes/duties
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 95 of 126
Schedule A3: Smart Parking Management System (SPMS)– CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Price
(INR)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
3. All figures in Indian Rupees only
4. No Alternate Proposal: The bidder shall mention only one quantity, UOM and unit price for each line item, only from single OEM/ Type for hardware, software
etc. to reach at consolidated cost as part of Commercial Bid. Any bids, which propose multiple options in terms of quantity, UOM, OEM/ Type and unit price
for each line item shall be summarily rejected. For example, in case of firewall, the bidder submitting two options of firewalls with different options for
quantity, UOM, OEM/ Type and unit price shall be summarily rejected.
Thanking you,
Yours faithfully
(Signature of the authorized representative of the Bidder on behalf of all consortium members, if any)
Name:
Designation:
Seal:
Date:
Place:
Business Address:
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 96 of 126
<< To be printed on the Lead Bidder’s Letter Head and shall be signed by Authorized Signatory >>
Schedule A4 – Environmental Management Solution [Field Equipment]
Schedule A4: Environmental Management System – CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Price
(INR)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
1 Environment Sensors
1.1 IoT based Environment
sensors
No. 15
2 Additional component/Item if any required by Bidder may be added by bidder
TOTAL CAPEX for Environmental Management Solution (In INR) A4
TOTAL CAPEX for Environmental Management Solution (In Words)
1. Specify details wherever required
2. Prices must be inclusive of all applicable taxes/duties
3. All figures in Indian Rupees only
4. No Alternate Proposal: The bidder shall mention only one quantity, UOM and unit price for each line item, only from single OEM/ Type for hardware, software
etc, to reach at consolidated cost as part of Commercial Bid. Any bids, which propose multiple options in terms of quantity, UOM, OEM/ Type and unit price
for each line item shall be summarily rejected. For example, in case of firewall, the bidder submitting two options of firewalls with different options for
quantity, UOM, OEM/ Type and unit price shall be summarily rejected.
Thanking you,
Yours faithfully
(Signature of the authorized representative of the Bidder on behalf of all consortium members, if any)
Name:
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 97 of 126
Schedule A4: Environmental Management System – CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Price
(INR)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
Designation:
Seal:
Date:
Place:
Business Address:
< To be printed on the Lead Bidder’s Letter Head and shall be signed by Authorized Signatory >>
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 98 of 126
<< To be printed on the Lead Bidder’s Letter Head and shall be signed by Authorized Signatory >>
Schedule A5 – Public Wi-Fi (Field Equipment)
Schedule A7: Public Wi-Fi – CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Price
(INR)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
1 Network Devices
1.1 Access Point No. 500
1.2 Network Switch
Ruggedised
No. 50
1.3 Junction Box No. As
per
requi
reme
nt
1.4 Online UPS – 2 KVA (in
case bidder proposes solar
power, required items
should be mentioned in
the technical proposal)
No. 1
1.5 Site Preparation Cost Lump-
sum
1
2 Additional component/Item if any required by Bidder may be added by bidder
TOTAL CAPEX for Public Wi-Fi (In INR) A5
TOTAL CAPEX for Public Wi-Fi (In Words)
1. Specify details wherever required
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 99 of 126
Schedule A7: Public Wi-Fi – CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Price
(INR)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
2. Prices must be inclusive of all applicable taxes/duties
3. All figures in Indian Rupees only
4. No Alternate Proposal: The bidder shall mention only one quantity, UOM and unit price for each line item, only from single OEM/ Type for hardware, software
etc, to reach at consolidated cost as part of Commercial Bid. Any bids, which propose multiple options in terms of quantity, UOM, OEM/ Type and unit price
for each line item shall be summarily rejected. For example, in case of firewall, the bidder submitting two options of firewalls with different options for
quantity, UOM, OEM/ Type and unit price shall be summarily rejected.
Thanking you,
Yours faithfully
(Signature of the authorized representative of the Bidder on behalf of all consortium members, if any)
Name:
Designation:
Seal:
Date:
Place:
Business Address:
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 100 of 126
<< To be printed on the Lead Bidder’s Letter Head and shall be signed by Authorized Signatory >>
Schedule A6 – Manpower cost
Schedule A6– Manpower Cost
Sr.
No Item
Number of
resources
proposed
Per
month
charges
No. of months of input during
implementation phase
Total
A B C D E F=CxDxE
1. Team Leader cum Program Manager
2. Solution Architect
3. IoT Expert
4. Command and Control Expert
5. ITMS Expert
6. Database Expert
7. Security Expert
8. System Administrator
9. Network Expert
10. Software Lead
11. GIS Expert
Total Annual OPEX at the end of each year [X] (INR) ∑D ∑E ∑F
TOTAL CAPEX for Manpower (INR) A6
TOTAL CAPEX for Manpower (in Words)
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 101 of 126
1 Specify details wherever required 2. Minimum experience & qualifications for manpower for implementation phase is mentioned the RFP volume I 2 All figures in Indian Rupees only 3 CAPEX shall be inclusive of all taxes, levies, duties, etc. applicable from time to time. 4 Man-Month Rate for Resources Proposed should be mentioned in Annexure Thanking you, Yours faithfully (Signature of the authorized representative of the Bidder on behalf of all consortium members, if any)
Name: Designation: Seal: Date: Place: Business Address:
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 102 of 126
<< To be printed on the Lead Bidder’s Letter Head and shall be signed by Authorized Signatory >>
Schedule A7 – Integration with Existing and Proposed Applications (but not limited to)
Schedule A8: Integration with Existing and Proposed Applications – CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Price
(INR)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
1 Integration with Command Control and Communication Centre
1.1 Video Surveillance System
of other department
1.2 Smart Lighting
1.3 ICT Enabled Solid Waste
Management
1.4 Intelligent Transportation
System
1.5 E-Challan System
1.6 Public Bike Sharing
1.7 Smart Water Supply
System
1.8 Smart Education
1.9 Smart Health Management
System
1.10 BRTS/MRTS and City Bus
Services
2 Additional component/Item if any required by Bidder may be added by bidder
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 103 of 126
Schedule A8: Integration with Existing and Proposed Applications – CAPEX
Sr.
No
.
Component Item Description Make/
Model
No./
OEM
UoM Total
Qty.
Per
Unit
Price
(INR)
Total Price
without
Tax (INR)
Applicable
Tax
Description
Applicable
Tax Rate
Total
Applicable
Tax
Amount
(INR)
Total
Price
with
Taxes
(INR)
A B C D E F G H = F x G I J K = H x J L = H + K
TOTAL CAPEX for Integration (In INR) A6
TOTAL CAPEX for Integration (In Words)
1. Specify details wherever required
2. Prices must be inclusive of all applicable taxes/duties
3. All figures in Indian Rupees only
4. No Alternate Proposal: The bidder shall mention only one quantity, UOM and unit price for each line item, only from single OEM/ Type for hardware, software
etc, to reach at consolidated cost as part of Commercial Bid. Any bids, which propose multiple options in terms of quantity, UOM, OEM/ Type and unit price
for each line item shall be summarily rejected. For example, in case of firewall, the bidder submitting two options of firewalls with different options for
quantity, UOM, OEM/ Type and unit price shall be summarily rejected.
Thanking you,
Yours faithfully
(Signature of the authorized representative of the Bidder on behalf of all consortium members, if any)
Name:
Designation:
Seal:
Date:
Place:
Business Address:
RFP | Volume I Page 104 of 126
Schedule B - Summary of Commercial Bid (OPEX)
<< To be printed on the Lead Bidder’s Letter Head and shall be signed by Authorized Signatory >>
Schedule B - Summary of Financial Proposal (OPEX) for Implementation of Command Control and Communication Centre for Ranchi Smart City
Operational Expenditure (OPEX)
Sr. Item Reference Schedule Year 1
OPEX
Year 2
OPEX
Year 3
OPEX
Year 4
OPEX
Year 5
OPEX
Item-wise
Total
K L M N O P Q R S=N+O+P+Q+R
1. Internet Bandwidth & Leased Circuit Cost Schedule "B1"
2. Operation & Maintenance and AMC Schedule "B2"
3. Manpower Cost for O & M Period Schedule "B3"
4. Cloud DR Cost Schedule "B4"
5. Miscellaneous Cost Schedule "B5"
Total Annual OPEX at the end of each year [X] (INR) O1 O2 O3 O4 O5
Cumulative Value of OPEX for 5 Years (INR) B
Cumulative Value of OPEX for 5 Years (in Words)
1 O1-O7: Yearly OPEX Bid Price 2 B – Total OPEX Bid Price 3 Prices must be inclusive of all applicable taxes/duties 4 All figures in Indian Rupees only 5 Bidder should specify details of line items in respective schedules Thanking you, Yours faithfully (Signature of the authorized representative of the Bidder on behalf of all consortium members, if any)
Name: Designation: Seal: Date: Place: Business Address:
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 105 of 126
<< To be printed on the Lead Bidder’s Letter Head and shall be signed by Authorized Signatory >>
Schedule B1 – Leased Circuit & Internet Bandwidth Cost
Schedule B1– Bandwidth Cost
Sr
. Item
Bandwidth
proposed Indicative
quantity
Year
1
OPEX
Year
2
OPEX
Year
3
OPEX
Year
4
OPEX
Year 5
OPEX
Item-wise
Total
K L M N O P Q R S=N+O+P+Q+
R
1. 24 Core Optical Cable and required Access router,
switches for last mile connectivity
KM As required to
cover pan city
area including
ABD
2. Aggregate bandwidth at DC 5 Gbps 1
3. Leased Circuit Bandwidth 1 Mbps 40
4. Leased Circuit Bandwidth 2 Mbps 50
5. Leased Circuit Bandwidth 5 Mbps 20
6. Leased Circuit Bandwidth 10 Mbps 20
7. Leased Circuit Bandwidth 20 Mbps 10
8. MPLS line between DC & Cloud DR As per
requirement
1
Total Annual OPEX at the end of each year [X] (INR) ∑N ∑O ∑P ∑Q ∑R ∑S
Cumulative Value of OPEX for 5 Years (INR) B1
Cumulative Value of OPEX for 5 Years (in Words)
1 2 Specify details wherever required 3 All figures in Indian Rupees only 4 Lease line bandwidth would be provided on 1:1 basis. 5 OPEX shall be inclusive of all taxes, levies, duties, etc. applicable from time to time.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 106 of 126
Schedule B1– Bandwidth Cost
Sr
. Item
Bandwidth
proposed Indicative
quantity
Year
1
OPEX
Year
2
OPEX
Year
3
OPEX
Year
4
OPEX
Year 5
OPEX
Item-wise
Total
K L M N O P Q R S=N+O+P+Q+
R
Thanking you, Yours faithfully (Signature of the authorized representative of the Bidder on behalf of all consortium members, if any)
Name: Designation: Seal: Date: lace: Business Address:
Note:
RSSCL is procuring consolidated/Bulk bandwidth; however successful bidder is required to terminate the desired bandwidth at the locations decided by
the RSCCL.
While RSSCL is discovering rates for multiple bandwidth categories, one and only one out of the bandwidth requirement provided in schedule – 1 will be
consumed and paid for during an invoicing cycle.
For evaluating the final price for schedule - 1 average of all five row items will be considered.
Aggregate bandwidth will be distributed across 50 locations amongst those specified in the RFP.
Bandwidth requirement mentioned above is for bid evaluation purpose only, however RSSCL may place purchase order based on their requirement for any
of above mentioned bandwidth.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 107 of 126
<< To be printed on the Lead Bidder’s Letter Head and shall be signed by Authorized Signatory >>
Schedule B2 - Operation & Maintenance, AMC
Schedule B2– Operation & Maintenance, AMC
Sr.
No Item
Reference
Schedule
Year 1
OPEX
Year 2
OPEX
Year 3
OPEX
Year 4
OPEX
Year 5
OPEX
Item-wise
Total
K L M N O P Q R S=N+O+P+Q+R
1. Command Control & Communication Solution
2. Data Center
3. Integrated Traffic Management System (please specify O & M and AMC
cost for each component of ITMS separately)
4. Smart Parking Management System
5. Environmental Management Solution
6. Enterprise GIS
7. Web Portal
8. Mobile Application – Android
9. Mobile Application - iOS
10. Public Wi-Fi
11. Additional component/Item if any required by Bidder may be added by
bidder
Total Annual OPEX at the end of each year [X] (INR) ∑N ∑O ∑P ∑Q ∑R ∑S
Cumulative Value of OPEX for 5 Years (INR) B2
Cumulative Value of OPEX for 5 Years (in Words)
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 108 of 126
Schedule B2– Operation & Maintenance, AMC
Sr.
No Item
Reference
Schedule
Year 1
OPEX
Year 2
OPEX
Year 3
OPEX
Year 4
OPEX
Year 5
OPEX
Item-wise
Total
K L M N O P Q R S=N+O+P+Q+R
1 Specify details wherever required 2 All figures in Indian Rupees only
Thanking you, Yours faithfully (Signature of the authorized representative of the Bidder on behalf of all consortium members, if any)
Name: Designation: Seal: Date: lace: Business Address:
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 109 of 126
<< To be printed on the Lead Bidder’s Letter Head and shall be signed by Authorized Signatory >>
Schedule B3 – Manpower Cost
Schedule B3– Manpower Cost
Sr.
No Item
Reference
Schedule
Year 1
OPEX
Year 2
OPEX
Year 3
OPEX
Year 4
OPEX
Year 5
OPEX
Item-wise
Total
K L M N O P Q R S=N+O+P+Q+R
12. Dedicated On Premises Team for operations (30 Operators in three
shifts; numbers in each shift shall be decided by RSCCL)
13. Team Leader cum Program Manager (1)
14. Database Expert (1)
15. Security Expert (1)
16. System Admin (1)
17. Network Expert (1)
18. GIS Expert (1)
Total Annual OPEX at the end of each year [X] (INR) ∑N ∑O ∑P ∑Q ∑R ∑S
Cumulative Value of OPEX for 5 Years (INR) B3
Cumulative Value of OPEX for 5 Years (in Words)
5 Specify details wherever required 2. Minimum experience & qualifications for manpower for O & M phase is mentioned in Annexure 2.6 of RFP volume I 6 All figures in Indian Rupees only 7 OPEX shall be inclusive of all taxes, levies, duties, etc. applicable from time to time. 8 Man-Month Rate for Resources Proposed should be mentioned in Annexure 3.3 Thanking you, Yours faithfully (Signature of the authorized representative of the Bidder on behalf of all consortium members, if any)
Name:
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 110 of 126
Designation: Seal: Date: Place: Business Address:
For resources proposed for O&M phase, minimum education qualification and experience shall be as given below (bidder need not to submit CVs for these positions, however CVs of resources need to be approved by RSCCL before deployment) -
Sr. Proposed Position Education, Experience & Other Requirements
1. Team Leader-cum-Program Manager Same as proposed for the Implementation Phase
2. Database Expert a)Educational Qualification: BE / B. Tech / MCA or equivalent
b)Certification: Any in Database (from the proposed OEM for this project)
c) Work experience in the capacity of DBA – 5 years and above
3. Security Expert a) Educational Qualification: BE / B. Tech / MCA or equivalent
b) Certification: Any in Software Security (CISM, CISSP, ComPTIA Security+)
c) Work experience in the capacity of Security Expert: 5 Years and Above
d) Work experience as Security Expert: Minimum one IoT related project
4. System Administrator
a) Educational Qualification: BE / B. Tech / MCA or equivalent b)Certification: Any in System Administration
c) Work experience in the capacity of System Administrator: 5 years and above
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 111 of 126
Sr. Proposed Position Education, Experience & Other Requirements
5. Network Expert
a) Educational Qualification: BE / B. Tech / MCA or equivalent
b)Certification: Any in Network Administration c) Work experience in the capacity of Network Expert: 5 years and above
6. GIS Expert
a) Educational Qualification: BE / B. Tech / MCA or equivalent b) Work experience in the capacity of GIS Expert: 5 years & above c) Work experience as GIS Expert on Command Control / ITMS/ SPMS: Minimum 1 project
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 112 of 126
<< To be printed on the Lead Bidder’s Letter Head and shall be signed by Authorized Signatory >>
Schedule B4 – Cloud DR Cost
Schedule B4 – Cloud DR Cost
Sr.
No Item
Reference
Schedule
Year 1
OPEX
Year 2
OPEX
Year 3
OPEX
Year 4
OPEX
Year 5
OPEX
Item-wise
Total
K L M N O P Q R S=N+O+P+Q+R
1. O & M cost for consumption by solutions as per bidder’s solution NA
2. Any other cost, please specify
Total Annual OPEX at the end of each year [X] (INR) ∑N ∑O ∑P ∑Q ∑R ∑S
Cumulative Value of OPEX for 5 Years (INR) B4
Cumulative Value of OPEX for 5 Years (in Words)
1 Specify details wherever required 2 Proposed DR centre should of Tier III or above rating and present in India. 3 All figures in Indian Rupees only 4 OPEX shall be inclusive of all taxes, levies, duties, etc. applicable from time to time. 5 Thanking you, Yours faithfully (Signature of the authorized representative of the Bidder on behalf of all consortium members, if any)
Name: Designation: Seal: Date: Place: Business Address:
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 113 of 126
Schedule B5 – Miscellaneous Cost
Schedule B4 – Miscellaneous Cost (the cost that could be incurred for any other services to be provided by bidder during O&M period)
Sr.
No Item
Reference
Schedule
Year 1
OPEX
Year 2
OPEX
Year 3
OPEX
Year 4
OPEX
Year 5
OPEX
Item-wise
Total
K L M N O P Q R S=N+O+P+Q+R
1. Please specify
2. Please specify
Total Annual OPEX at the end of each year [X] (INR) ∑N ∑O ∑P ∑Q ∑R ∑S
Cumulative Value of OPEX for 5 Years (INR) B5
Cumulative Value of OPEX for 5 Years (in Words)
1. Specify details of each miscellaneous item 2. All figures in Indian Rupees only 3. OPEX shall be inclusive of all taxes, levies, duties, etc. applicable from time to time. 4. The Miscellaneous Cost for OPEX cannot be more than 5% of the total OPEX Cost.
Thanking you, Yours faithfully (Signature of the authorized representative of the Bidder on behalf of all consortium members, if any)
Name: Designation: Seal: Date: Place: Business Address:
RFP | Volume I Page 114 of 126
Annexure 3.3 – Man-Month Rate for Resources Proposed for O & M
Phase
Sr.
No Item
Man-month Rate (INR)
1. Operators
2. Team Leader cum Program Manager
3. Database Expert
4. Security Expert
5. System Admin
6. Network Expert
7. GIS Expert
RFP | Volume I Page 115 of 126
Annexure 4 - Format for Declaration by the bidder for not being
Blacklisted / Debarred (To be submitted on the Letterhead of the responding company (Sole Bidder or each member of consortium in case of Consortium)
Date: dd/mm/yyyy
To
Ranchi Smart City Corporation Limited
4th Floor, Project Bhawan, Dhurwa, Ranchi-04
Subject: Declaration for not being debarred / black-listed by Central / any State
Government department in India as on the date of submission of the bid
RFP Reference No: <Reference Number>
Dear Sir,
I, authorized representative of, hereby solemnly confirm that the Company is not
debarred / black-listed by any Central/State Government/ PSU entity in India or similar
agencies globally for unsatisfactory past performance, corrupt, fraudulent or any other
unethical business practices or for any other reason as on last date of submission of the
Bid. In the event of any deviation from the factual information/ declaration, RSCCL
reserves the right to reject the Bid or terminate the Contract without any compensation
to the Company.
Thanking you,
Yours faithfully,
Signature of Authorized Signatory (with official seal)
Date:
Name:
Designation:
Address:
Telephone & Fax:
E-mail address:
Annexure 5 - Format of sending pre-bid queries RFP Reference No: <>
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 116 of 126
Bidder Request and Clarification
Name and complete official address of Organization submitting query / request for clarification
Telephone, Fax and E-mail of the organization Tel: Fax: Email:
Sr. No.
Clause No.
Page No.
Content of RFP Requiring Clarification
Change Requested/ Clarification required
1
2
Signature:
Name of the Authorized signatory: Company seal:
Date and Stamped
Note: Bidder(s) are requested to send the queries in PDF with Sign and Company Seal and
also in MS Excel for making consolidation process easy.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 117 of 126
Annexure 6 - Power of Attorney
[To be executed on non-judicial stamp paper of the appropriate value in accordance with
relevant Stamp Act. The stamp paper to be in the name of the company who is issuing the
power of attorney]
Know by all men by these presents, we (Name of the Bidder and address of their
registered office) do hereby constitute, appoint and authorize Mr. / Ms (name and
residential address of Power of attorney holder) who is presently employed with us and
holding the position of as our Attorney, to do in our name and on our behalf, all such acts,
deeds and things necessary in connection with or incidental to our Proposal for the
“Request for Proposal for The Selection of Master System Integrator for Implementation
of Command Control and Communication Centre for RSCCL, Ranchi”, including signing
and submission of all documents and providing information / responses to the RSCCL,
representing us in all matters before RSCCL, and generally dealing with the RSCCL in all
matters in connection with our Proposal for the said Project.
We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney
pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall always be deemed to have been done by us.
For
Name:
Designation:
Date:
Time:
Business Address:
Seal:
Accepted,
(Signature) (Name, Title and Address of the Attorney)
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 118 of 126
Note:
• The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of
the executant (s) and when it is so required the same should be under common
seal affixed in accordance with the required procedure.
• The Power of Attorney shall be provided on Rs.100/- stamp paper.
• The Power of Attorney should be supported by a duly authorized resolution of the
Board of Directors of the Bidder authorizing the person who is issuing this power
of attorney on behalf of the Bidder.
• MSI has to submit the Power of Attorney in favour of Authorized signatory in
below given format in case of Consortium.
POWER OF ATTORNEY FOR MSI BY CONSORTIUM MEMBER
RSCCL has invited Bids from interested companies for “Selection of Master System
Integrator for Implementation of Command Control and Communication Centre for
RSCCL ("Project").
Whereas, and.................... (collectively the "Consortium”) being members of the
Consortium are interested in offering for the services in accordance with the terms and
conditions of the Request for Proposal document (RFP) and other connected documents
in respect of the Project, and;
Whereas, it is necessary under the RFP document for the members of the Consortium to
designate one of them as the Lead Member with all necessary power and authority to do
for and on behalf of the Consortium, all acts, deeds and things as may be necessary in connection with the Consortium's Bid for the Project.
Whereas, we have decided that M/s .....................shall be MSI of this Consortium. NOW THEREFORE KNO W ALL MEN BY THESE PRESENTS
We,.................... having our registered office at ....................., (hereinafter referred to as the
"Member") do hereby designate, nominate, constitute, appoint and authorize
...................., having its registered office at ....................., being one of the members of the
Consortium, as the MSI and true and lawful attorney of the Consortium (hereinafter
referred to as the "Attorney"). We hereby irrevocably authorise the Attorney (with power
to sub-delegate) to conduct all business for and on behalf the Consortium and any one of
us during the Bid process and, in the event the Consortium is awarded the Contract,
during the execution of the project, and in this regard, to do on our behalf and on behalf
of the Consortium, all or any of such acts, deeds or things as are necessary or required or
incidental to the selection of the Consortium, including but not limited to signing and
submission of all Applications, Proposals and other Documents and writings, participate
in pre-proposal and other conferences, respond to queries, submit information/
documents, sign and execute contracts and undertakings consequent to acceptance of Bid
of the Consortium and generally to represent the Consortium in all its dealings with
the RSCCL and/or any other Government Agency or any person, in all matters in
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 119 of 126
connection with or relating to or arising out of the Consortium's Bid for the above Project and/or upon award thereof till the Contract Agreement is entered into with the RSCCL.
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds
and things lawfully done or caused to be done by our said Attorney pursuant to and in
exercise of the powers conferred by this Power of Attorney and that all acts, deeds and
things done by our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us/Consortium.
IN WITNESS WHEREOF WE THE MEMBER ABOVE NAMED HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ......... DAY OF ...................... 20XX
For ....................
Witnesses:
1. ....................
2. ....................
(To be executed by the Member of the Consortium)
Note:
(Name & Title)
• The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of
the executant(s) and when it is so required the same should be under common
seal affixed in accordance with the required procedure.
• Also, wherever required, the Bidder should submit for verification the extract
of the charter documents and documents such as a resolution/power of attorney
in favour of the person executing this Power of Attorney for the delegation of
power hereunder on behalf of the Bidder
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 120 of 126
Annexure 7 - Declaration of Data Security (To be submitted on the Letterhead of the Lead Member and Consortium Member (If
any))
To,
Ranchi Smart City Corporation Limited
4th Floor, Project Bhawan, Dhurwa, Ranchi-04
RFP Ref: <-->
Dear Sir,
We........................................................ Who are established and reputable bidder having office
at................................ Do hereby certify that RSCCL shall have absolute right on the digital
data and output products processed / produced by us. We shall be responsible for
security / safe custody of data during processing.
We also certify that the data will not be taken out of the RSCCL’s premises on any media.
The original input data supplied to us by other Agency/ RSCCL and output products
processed / produced from input data will not be passed on to any other agency or
individual other than the authorized person of RSCCL. We shall abide by all security and
general instructions issued by RSCCL from time to time.
We also agree that any data from our computer system will be deleted in the presence of
RSCCL official after completion of the project task.
Thanking you,
Yours faithfully,
Authorized Signatory of the MSI Designation
Date:
Authorized Signatory of Consortium Partner Designation
Date:
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 121 of 126
Annexure 8 – Format for Performance Bank Guarantee RFP Ref : < --- >
Date:
Bank Guarantee No.:
To
Director, SUDA, 4th Floor, Project Bhawan, Dhurwa, Ranchi-04
Dear Sir,
PERFORMANCE BANK GUARANTEE – For <Project Name> WHEREAS
M/s. (name of Bidder), a company registered under the Companies Act, 1956, having its
registered and corporate office at (address of the Bidder), (hereinafter referred to as “our
constituent”, which expression, unless excluded or repugnant to the context or meaning
thereof, includes its successors and assigns), agreed to enter into a Contract dated ……..
(Hereinafter, referred to as “Contract”) with you for “Request for Proposals for Selection
of Master System Integrator for Implementation of Command Control and
Communication Centre for Ranchi City”, in the said Contract.
We are aware of the fact that as per the terms of the Contract, M/s. (name of Bidder) is
required to furnish an unconditional and irrevocable Bank Guarantee in your favour for
an amount of 10% of the Total Contract Value, and guarantee the due performance by our
constituent as per the Contract and do hereby agree and undertake to pay any and all
amount due and payable under this bank guarantee, as security against breach/ default
of the said Contract by our Constituent.
In consideration of the fact that our constituent is our valued customer and the fact that
he has entered into the said Contract with you, we, (name and address of the bank), have
agreed to issue this Performance Bank Guarantee.
Therefore, we (name and address of the bank) hereby unconditionally and irrevocably guarantee you as under:
In the event of our constituent committing any breach / default of the said Contract, and
which has not been rectified by him, we hereby agree to pay you forthwith on demand
such sum(s) not exceeding the sum of 10 % of the Total Contract Value (CAPEX + OPEX) i.e.,…………..<in words> without any demur.
Notwithstanding anything to the contrary, as contained in the said Contract, we agree
that your decision as to whether our constituent has made any such default(s) /
breach(es), as aforesaid and the amount or amounts to which you are entitled by reasons
thereof, subject to the terms and conditions of the said Contract, will be binding on us and
we shall not be entitled to ask you to establish your claim or claims under this
Performance Bank Guarantee, but will pay the same forthwith on your demand without
any protest or demur.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 122 of 126
This Performance Bank Guarantee shall continue and hold good till 180 days after
completion of the Contract Period, subject to the terms and conditions in the said
Contract.
We bind ourselves to pay the above said amount at any point of time commencing from the date of the said Contract until 6 months after the completion of Contract Period.
We further agree that the termination of the said Agreement, for reasons solely
attributable to our constituent, virtually empowers you to demand for the payment of the
above said amount under this guarantee and we would honor the same without demur.
We hereby expressly waive all our rights: Requiring to pursue legal remedies against
RSCCL; and For notice of acceptance hereof any action taken or omitted in reliance
hereon, of any defaults under the Contract and any resentment, demand, protest or any notice of any kind.
We the Guarantor, as primary obligor and not merely Surety or Guarantor of collection,
do hereby irrevocably and unconditionally give our guarantee and undertake to pay any
amount you may claim (by one or more claims) up to but not exceeding the amount
mentioned aforesaid during the period from and including the date of issue of this
guarantee through the period.
We specifically confirm that no proof of any amount due to you under the Contract is
required to be provided to us in connection with any demand by you for payment under
this guarantee other than your written demand.
Any notice by way of demand or otherwise hereunder may be sent by special courier,
telex, fax, registered post or other electronic media to our address, as aforesaid and if sent
by post, it shall be deemed to have been given to us after the expiry of 48 hours when the
same has been posted. If it is necessary to extend this guarantee on account of any reason
whatsoever, we undertake to extend the period of this guarantee on the request of our
constituent under intimation to you.
This Performance Bank Guarantee shall not be affected by any change in the constitution
of our constituent nor shall it be affected by any change in our constitution or by any
amalgamation or absorption thereof or therewith or reconstruction or winding up, but
will ensure to the benefit of you and be available to and be enforceable by you during the
period from and including the date of issue of this guarantee through the period.
Notwithstanding anything contained hereinabove, our liability under this Performance
Guarantee is restricted to 5% of the Contract Value (CAPEX + OPEX), and shall continue
to exist, subject to the terms and conditions contained herein, unless a written claim is
lodged on us on or before the aforesaid date of expiry of this guarantee.
We hereby confirm that we have the power/s to issue this Guarantee in your favour under
the Memorandum and Articles of Association / Constitution of our bank and the
undersigned is / are the recipient of authority by express delegation of power/s and has
/ have full power/s to execute this guarantee under the Power of Attorney issued by the
bank in your favour.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 123 of 126
We further agree that the exercise of any of your rights against our constituent to enforce
or forbear to enforce or any other indulgence or facility, extended to our constituent to
carry out the contractual obligations as per the said Contract, would not release our
liability under this guarantee and that your right against us shall remain in full force and
effect, notwithstanding any arrangement that may be entered into between you and our constituent, during the entire currency of this guarantee.
Notwithstanding anything contained herein:
Our liability under this Performance Bank Guarantee shall not exceed 10 % (CAPEX +
OPEX) of the Total Contract Value. This Performance Bank Guarantee shall be valid only
from the date of signing of Contract to 180 days after the End of Contract Period; and
We are liable to pay the guaranteed amount or part thereof under this Performance Bank
Guarantee only and only if we receive a written claim or demand on or before 180 days
after the completion of Contract Period.
Any payment made hereunder shall be free and clear of and without deduction for or on
account of taxes, levies, imports, charges, duties, fees, deductions or withholding of any nature imposts.
This Performance Bank Guarantee must be returned to the bank upon its expiry. If the
bank does not receive the Performance Bank Guarantee within the above-mentioned
period, subject to the terms and conditions contained herein, it shall be deemed to be
automatically cancelled.
This guarantee shall be governed by and construed in accordance with the Indian Laws
and we hereby submit to the exclusive jurisdiction of courts of Justice in India for the
purpose of any suit or action or other proceedings arising out of this guarantee or the
subject matter hereof brought by you may not be enforced in or by such count.
Dated ……………………. this ……….. day …………. 20XX.
Yours faithfully,
For and on behalf of the …………… Bank,
(Signature)
Designation
(Address of the Bank)
Note: This guarantee will attract stamp duty as a security bond. A duly certified copy of the requisite authority conferred on the official/s to execute the guarantee on behalf of the bank should be annexed to this guarantee for verification and retention thereof as documentary evidence in the matter.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 124 of 126
Annexure 9 – Format for EMD / Proposal Security (Bank
Guarantee) UNCONDITIONAL AND IRREVOCABLE BANK GUARANTEE Bank Guarantee No.: _____________ Dated: _________________ Issuer of Bank Guarantee: __________________ (Name of the Bank) __________________________________ __________________________________ (hereinafter referred to as the “Bank”) Beneficiary of Bank Guarantee: ------------------- (hereinafter referred to as the “Authority”) Nature of Bank Guarantee: Unconditional and irrevocable Bank Guarantee. Context of Bank Guarantee: Whereas the Ranchi Smart City Corporation Limited (the “Authority”) has invited bids by its Request for Proposal dated <RFP Published Date> for the Selection of Master System Integrator for Implementation of Command Control and Communication Centre for Ranchi City. Whereas in accordance with the terms of the RFP, ………………………. <insert name of Bidder> is submitting a bid for the Project in ………………. <insert name of Bid City>, and is required to submit a security of --EMD Amount -- with respect to the same. Operative part of the Bank Guarantee: 1. At the request of the (Insert the name of the Bidder), we _____________, ___________________ (name and address of the bank), hereinafter referred to as the “Bank”), do hereby unconditionally and irrevocably affirm and undertake that we are the Guarantor and are responsible to the RSCCL i.e. the beneficiary on behalf of the Bidder, up to a total sum of ----EMD Amount-------, such sum being payable by us to the RSCCL immediately upon receipt of first written demand from RSCCL. 2. We unconditionally and irrevocably undertake to pay to the RSCCL on an immediate basis, upon receipt of first written demand from the RSCCL and without any cavil or argument or delaying tactics or reference by us to Bidder and without any need for the RSCCL to convey to us any reasons for invocation of the Guarantee or to prove the failure on the part of the Bidder to repay the amount of _______ or to show grounds or reasons for the demand or the sum specified therein, the entire sum or sums within the limits of -------------EMD Amount------. We hereby waive the necessity of the RSCCL demanding the said amount from Bidder prior to serving the Demand Notice upon us. 3. We further agree and affirm that no change or addition to or other modification to the terms of the Agreement, shall in any way release us from any liability under this unconditional and irrevocable Guarantee and we hereby waive notice of any such change, addition or modification. We further agree that the RSCCL shall be the sole and the exclusive judge to determine that whether or not any sum or sums are due and payable
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 125 of 126
to him by Concessionaire, which are recoverable by the RSCCL by invocation of this Guarantee. 4. This Guarantee will not be discharged due to the change in constitution of the Bank or the Bidder. We undertake not to withdraw or revoke this Guarantee during its currency/ validity period, except with the previous written consent of the RSCCL. 5. We unconditionally and irrevocably undertake to pay to the RSCCL, any amount so demanded not exceeding ------EMD Amount-----, notwithstanding any dispute or disputes raised by Bidder or anyone else in any suit or proceedings before any dispute review expert, arbitrator, court, tribunal or other authority, our liability under this Guarantee being absolute, unconditional and unequivocal. The payment so made by us under this Guarantee to the RSCCL, shall be a valid discharge of our liability for payment under this Guarantee and the Bidder shall have no claim against us for making such payment. 6. This unconditional and irrevocable Guarantee shall remain in full force and effect and shall remain valid until ______________ (180 days from the proposal due date). Notwithstanding any contained herein: 1. Our liability under this Bank Guarantee shall not exceed -------------EMD Amount------ 2. This unconditional and irrevocable Bank Guarantee shall be valid for a period of 180 days from _________________________ (Proposal Due Date). We are liable to pay the guaranteed amount or any part thereof under this unconditional and irrevocable Bank Guarantee only and only if Ranchi Smart City Corporation Limited (RSCCL) serves upon us a written claim or demand on or before _________________________. __________________ Authorized Signatory for Bank.
Selection of Master System Integrator (MSI) for Implementation of Command Control and Communication Centre (C4) under Smart City Mission in Ranchi
© RSCCL | 2017 Request For Proposal (RFP) | Volume I - Information to Bidders Page 126 of 126
End of Document